Opportunity
SAM #FA309926Q1011
Flooring Repair Services for Student Pilot Housing at Laughlin AFB, TX
Buyer
47th Flying Training Squadron
Posted
April 15, 2026
Respond By
April 22, 2026
Identifier
FA309926Q1011
NAICS
238330
This sources sought notice from the 47th Contracting Squadron at Laughlin Air Force Base, Texas, seeks small business input for a flooring repair project in student pilot housing: - Government Buyer: - Department of the Air Force, Department of Defense - 47th Contracting Squadron, Laughlin AFB, TX - Products/Services Requested: - Flooring repair services for up to 41 student pilot housing units (each ~1,100 sq. ft.) - Removal of existing wooden baseboards - Subfloor preparation - Installation of new luxury vinyl plank flooring - Installation of new vinyl wall base, transition strips, and thresholds - All labor, equipment, and materials to be provided by contractor - OEMs and Vendors: - No specific OEMs, brands, or vendors are named in the notice - Unique/Notable Requirements: - Project covers multiple housing units (up to 41) - Focus on luxury vinyl plank flooring and related materials - Small business participation is encouraged - Anticipated contract type: Firm-Fixed-Price IDIQ - NAICS code: 238330 (Flooring Contractors) - Place of Performance: - Laughlin Air Force Base, TX (federal military installation)
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY.
This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Reference Number: FA309926Q1011 (Use this in all communications)
Requirement: Repair Flooring Student Pilot Housing, Multiple Facilities, at Laughlin AFB, TX.
NAICS Code: 238330, Flooring Contractors
Size Standard: $19 Million
Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement. The responses to this notice will be used to determine the appropriate acquisition strategy, including whether a set-aside is possible for a specific socio-economic category (e.g., 8(a), HUBZone, SDVOSB, WOSB, or general Small Business). including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses.
Submission: Submit a capabilities package (5-page limit) with the requested information.
Deadline: April 22nd 2026 3:00PM CDT
Submission Emails:
Ian Monis, SSgt, USAF
Contracting Officer
Brayden Garner, SrA, USAF
Contracting Specialist
*Please submit capability packages via email to both points of contact.
The 47th Contracting Squadron at Laughlin Air Force Base, Texas, is issuing this notice to identify sources capable of performing flooring repair services. This requirement is being considered for award under a small business set-aside program. The proposed North American Industry Classification System (NAICS) code is 238330 (Flooring Contractors), with a corresponding small business size standard of $19.0 Million.
The Government anticipates a requirement to provide all labor, equipment, and materials for the repair of up to 41 student pilot housing units, approximately 1,100 sq. ft. each, through a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The scope of work will include, but is not limited to, the removal of existing wooden baseboards, preparation of the existing subfloor, and the complete installation of new luxury vinyl plank flooring, new vinyl wall base, transition strips, and thresholds.
Market research is being conducted to determine the interest, capability, and socio-economic category of potential sources. All interested firms must submit a capabilities package that is brief, concise, and clearly demonstrates an ability to meet the stated requirements.
Response must not exceed 5 pages and should include the following:
1. Company Information:
· A brief description of your company's business size (i.e., annual revenues and employee size).
· Business status (i.e., 8(a), HUBZone, SDVOSB, WOSB, VOSB, or Small Business).
2. Relevant Experience:
· A description of similar services offered to the Government and to commercial customers.
· Three (3) past performance references, including current contact information and contract number for each.
3. Teaming & Subcontracting Strategy:
· Clearly delineate any teaming and/or subcontracting arrangements.
· Provide the anticipated percentage of effort to be subcontracted.
· State whether small or large businesses will be used as subcontractors.
· Include details on previous experience in teaming.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Future information about this acquisition, including the issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.