Opportunity

SAM #FA2823-26-R-0016

USAF Flooring Removal and Installation Services under Carpet II Program at Eglin AFB

Buyer

Air Force Test Center (AFTC)

Posted

April 09, 2026

Respond By

April 15, 2026

Identifier

FA2823-26-R-0016

NAICS

238330

This opportunity seeks contractors to provide flooring removal and installation services at Eglin Air Force Base under the Air Force Carpet II Program. - Government Buyer: - United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting at Eglin Air Force Base, Florida - Air Force Civil Engineering Center (AFCEC) - OEMs and Vendors: - No specific OEMs named; contractors must source carpet materials from authorized Carpet II Tier I manufacturers (seven awarded carpet manufacturers under the program) - Products/Services Requested: - Removal and installation of various flooring types: - Carpet (tiles, planks, roll goods, walk-off carpet) - Tile, laminate, wood flooring - Accessories: cove base, trim, moldings - Approved adhesives - Services include: - Minor painting - Furniture moving/lifting - Debris disposal - Carpet installation using Tier I products - Warranty procedures and waiver processing for non-standard items - Unique/Notable Requirements: - Compliance with the Air Force Carpet II Program's mandatory-use policy and Ordering Guide - Contractors must demonstrate capability to manage task orders ranging from 200 to 20,000 square feet - All carpet products must be sourced from authorized Tier I manufacturers; waivers required for exceptions - Pricing must not exceed established NTE (Not-To-Exceed) limits - Contract includes one base year and four option years

Description

SOURCES SOUGHT/REQUEST FOR INFORMATION:  The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting, Eglin AFB, FL, is currently conducting market research seeking capabilities statement from potential sources in order to gather industry information and input with respect to a potential Flooring Removal and Installation Services Indefinite-Delivery, Indefinite Quantity (IDIQ) program at Eglin Air Force Base, Florida. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) nor an Invitation for Bid (IFB) and must not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. As stipulated in RFO FAR 15.101 (c), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  Responses will be treated as information only and not as a proposal, nor will any award be made as a result of receiving a response. The Government will not be responsible for any costs incurred by interested parties in response to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the System for Award Management (SAM) website (https://sam.gov). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments.

GENERAL REQUIREMENT OVERVIEW

The Government is seeking qualified and experienced contractors capable of performing flooring-related removal and installation services at Eglin AFB in accordance with the Air Force Carpet II Ordering Guide (compliance with this guidance is mandatory).

The anticipated contract type is a Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite Quantity (IDIQ). Work may include removal of existing flooring, installation of new flooring systems, associated accessories, minor preparation work to include potential move/lift furniture before or after flooring installation, and debris disposal.

For the purpose of this Request for Information (RFI), the anticipated North  American Industrial Classification System (NAICS) code is 238330 – Flooring Contractors, with a size standard of $19,000,000. All Interested Parties are invited to respond and must be currently registered in the SAM database (https://www.sam.gov).

CARPET PROGRAM REQUIREMENTS

Indefinite Delivery/Indefinite Quantity (IDIQ) contract and all resulting Task Orders (TOs). Work may include, but is not limited to, the removal, replacement, and installation of new and existing flooring systems of various types (e.g., carpet, tile, laminate, wood), along with associated accessories such as cove base, trim, and minor painting.  Work can also include potential move/lift furniture before or after flooring installation, and debris disposal.

Task Orders may include varying quantities of supplies, services, and construction-related work associated with flooring replacement. Requirements will be issued based on specific building or office locations, defined quantities, and scope of work. Individual project magnitudes may range from approximately 200 to 20,000 square feet. Task Orders may consist of single or multiple project locations, depending on Government needs.

Contractors shall comply with the mandatory Air Force Carpet II Program requirements.  Program information—including the Ordering Guide, Mandatory Use Policy Letter.  .(see attached Ordering Guide).  Additional details will be provided in any future solicitation.

SCOPE OF WORK:  The scope of work will be determined with each task order which includes providing all necessary labor, and materials for flooring-related work as specified in the delivery order Statement of Work (SOW) and project drawings. The scope of work includes, but is not limited to, the removal of existing floor coverings, installation of new carpet and other floor coverings, application of interior protective coatings, filling of interior brick joints with paintable caulking, application of special markings or decals, and debris disposal.

The contract also covers the provision and installation of accessories such as trim and moldings (thresholds/transition strips) to ensure smooth transitions to adjacent surfaces. This comprehensive agreement would ensure that all aspects of the flooring projects, from preparation to finishing touches, are completed in strict accordance with the technical provisions of the contract.

CAPABILITIES STATEMENT REQUIREMENTS

Interested contractors shall submit a capabilities statement (maximum 5 pages) demonstrating ability to perform the requirement.

Interested contractors shall indicate their capability to:

Procure carpet materials from authorized Carpet II Tier I manufacturers Provide installation services in accordance with Carpet II program requirements Coordinate material procurement and installation under a task order environment

Contractors without direct Carpet II experience may still respond but shall describe their ability to comply with mandatory-use requirements.

Include company info, business size, relevant experience, capacity to manage task orders, and bonding (if applicable).

SUBMISSION INSTRUCTIONS

Submit responses to Contracting Officer at jeremy.rennahan.1@us.af.mil

Subject Line: FA2823-26-R-0016 – Flooring Removal and Installation Services

Acceptable formats: .pdf, .doc, .docx, .xls, .xlsx. Do not submit .zip or .exe files.

PLANNING INFORMATION

Anticipated contract includes one base year and four option years.

RESPONSES ARE DUE NO LATER THAN 12:30 P.M. (CST) ON 15 April 2026.  Direct all questions concerning this requirement to Jeremy Rennahan at jeremy.rennahan.1@us.af.mil

View original listing