Opportunity

SAM #FA667526Q0002

Office Refurbishment of Building 1710 at NAS Fort Worth JRB, TX

Buyer

301st Fighter Squadron

Posted

April 29, 2026

Respond By

May 29, 2026

Identifier

FA667526Q0002

NAICS

238310, 238320, 236220, 238330

The U.S. Air Force Reserve Command is seeking a contractor to refurbish Building 1710 at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Texas. - Government Buyer: - U.S. Air Force Reserve Command, 301st Operational Contracting Flight (FA6675 301 CONF PK) - 301st Logistics Readiness Squadron - Naval Air Station Fort Worth Joint Reserve Base - OEMs and Vendors: - Shaw (OEM for carpet tiles) - Approved equivalents may be considered for carpet and other materials - Products/Services Requested: - Replacement of approximately 3,500 sq ft of commercial grade 24x24 nylon carpet tiles (Shaw Style 59326 Constellat EW24, Color 26110 Moonlight Grade A, Dye Lot: H6958) - Installation of commercial grade rubber base 6 vinyl base board (gray color, manufacturer/model to be approved) - Interior wall painting (color: Agreeable Gray) - Sheetrock installation and wall repairs (including closing open doorway in Room 1030 and panel access in Room 1008) - Furniture relocation and disposal in Room 1008 - Unique/Notable Requirements: - 100% Small Business Set-Aside under NAICS 236220 - Firm-Fixed-Price contract, awarded as one lot - Compliance with Buy American construction material provisions - Prohibition on use of Class I ozone-depleting substances - Past performance evaluation and cost realism analysis - Mandatory registration in SAM.gov - Carpet and vinyl base board samples must be submitted for government approval - Work to be performed during normal base operating hours (Monday-Friday, 0700-1600) - Estimated contract value: $30,000 to $130,000 - Place of performance: Building 1710, NAS Fort Worth JRB, Texas

Description

Solicitation (IAW RFO 12.201-1)

The Air Force 301st Operational Contracting Flight at NAS Fort Worth JRB, TX is issuing this solicitation for commercial services (construction) in accordance with part 12. This project replaces the carpet and cove base for approximately 3,500 Sq ft of the facility, Bldg. 1710. It also requires new interior paint and sheetrock work at specific areas within the Bldg. 1710. The estimated order of magnitude for this project is between $30,000 and $130,000. The facility is located at Bldg. 1710 at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Texas.

Solicitation number FA667526Q0002 is being issued as a Request for Quotation (RFQ) for the B1710 Office Refurbish.

SET ASIDE: This solicitation is being issued as a competitive, 100% Small Business Set-Aside under North American Industry Classification System (NAICS) 236220, Product/Service Code Z2AA, with a size standard of $45 Million.

This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

DESCRIPTION: This solicitation is for the purchase of the following commercial construction service:

CLIN 0001  Quantity: 1 Lot - Perform all work described in the attached Statement of Work for the B1710 Office Refurbish at NAS JRB Fort Worth.

See Attachment – Statement of Work for details of requirement.

AWARD TYPE: Firm-Fixed-Price Purchase Order

BEST VALUE SOURCE SELECTION APPROACH: Lowest Price Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the requirements for acceptability. Tradeoffs are not permitted.

EVALUATION CRITERIA: Evaluation for award will be conducted in accordance with RFO Part 12, Acquisition of Commercial Products and Commercial Services. The lowest price quote will be reviewed for technical acceptability. Technical acceptability is to be based on conformance to the requirements detailed in the Statement of Work. If found technically acceptable, no further reviews will be conducted. If found to be unacceptable, the next lowest priced response will be evaluated.

Alternative line items will not be accepted nor evaluated.

PAST PERFORMANCE: The Government may utilize any references provided by the Contractor, along with information available from past contracts/orders with the DAF and any information found using sources such as but not limited to Federal Government sources or the Contractor Performance Assessment Reporting System (CPARS) to determine if the Contractor has acceptable or neutral Past Performance.

Past Performance will be evaluated using the following rating system:

• Acceptable: The contractor shows a demonstrated ability to meet contract requirements

in prior or current contracts, including quality of work, timeliness, cost control, business relations, and adherence to contract terms.

• Neutral: Offerer does not have a past performance record.

• Unacceptable: The contractor has a documented history of failing to meet contract requirements, including poor quality, missed deadlines, cost overruns, lack of responsiveness, or unethical behavior.

COST REALISM: The Government reserves the right to conduct a price realism analysis on any quotes or proposal(s) that the Government deems appropriate. An unrealistically low quote or proposal that does not reflect the entire scope of the requirement and poses an unacceptable risk to the Government will be determined as non-responsive and rejected.

PERIOD OF PERFORMANCE ASSESSMENT: An assessment of the proposed 90 calendar day Period of Performance. Please state whether your company considers this timeline to be realistic for a project of this scope and complexity. If the timeline is considered insufficient, provide detailed rationale with a proposed alternative schedule.

PROVISIONS / CLAUSES: See Attachment – Solicitation - FA667526Q0002.

FUNDING STATUS: This acquisition is currently UNFUNDED, though funding is expected at time of award.

Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

REGISTRATION/CERTIFICATIONS:  In order to be considered for this requirement, you MUST have an active company profile in System for Award Management (SAM.gov).

INVOICING: In accordance with 31 U.S.C. 3332, electronic funds transfer (EFT) is required for payments. All payments are to be paid via the Internet through the Wide Area Workflow (now called PIEE) system. WAWF/PIEE may be accessed at https://piee.eb.mil/. Payment information may be accessed using the DFAS website at https://www.dfas.mil.

POINTS OF CONTACT:

Contracting Officer: Todd Benner – todd.benner@us.af.mil

Contract Administrator: Lydia Carlton – lydia.carlton@us.af.mil

SITE VISIT: Offerors or quoters are urged and expected to inspect the site where the work will be performed. An organized site visit has been scheduled for 14-May-2026 @ 10AM CDT. Participants will meet at Building 1710.

Submit the names of all attendees by e-mail to BOTH POCs listed above no later than 12-May-2026 @ 5PM CDT. Limit is one (1) representative per contractor. This information must be provided in advance, in order to ensure access to the site visit and adequate space for all attendees. Upon receipt of names and attendees, details will be provided on the meeting location and how to gain access.

Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation amendments shall apply.

QUESTIONS: Submit questions by e-mail to BOTH POCs listed above utilizing the Request For Information attachment. The cutoff to submit questions is May 18, 2026 @ 12PM CDT. Answers to questions will be posted as an amendment to the solicitation on SAM. No phone calls will be accepted.

SUBMISSION INSTRUCTIONS: Submit quotes by e-mail to BOTH POCs listed above no later than Friday, May 29, 2026 @ 5PM CDT. It is the offeror’s responsibility to get the proposal in on time and should allow sufficient time to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted.  Please limit file size to 3MB or less and include your company’s Name, Address, CAGE, Unique Entity ID, Delivery Period, and any discount payment terms. Quotes submitted prior to close date are welcome.

Your quote must include but is not limited to the following: 

Completed (must be signed on page-1) Attachment – Solicitation - FA667526Q0002 (provide Unit Price and Amount on page-3) Product data sheets or any other technical information or narrative necessary for technical evaluation of the offered product or service. A brief narrative that reflects a full understanding of the requirements in the Statement of Work. Complete all appropriate and applicable Representations and Certifications in Attachment – Solicitation - FA667526Q0002. Quotes must be valid for at least 120 days. Irrevocable Letter of Credit or Payment Bond (see Alternative Payment Protections, 52.228-13).

View original listing