Opportunity
SAM #PANMCC26P0000041287
Carpet and Vinyl Base Replacement for JBM-HH Building 205 (Rooms 207-213)
Buyer
MICC Ft. Belvoir
Posted
May 04, 2026
Respond By
May 11, 2026
Identifier
PANMCC26P0000041287
NAICS
238330
The U.S. Army's Joint Base Myer-Henderson Hall (JBM-HH) in Arlington, VA is seeking qualified 8(a) small businesses to provide carpet replacement services for Building 205, rooms 207-213, due to water and mold damage. - Government Buyer: - United States Army, Joint Base Myer-Henderson Hall (JBM-HH) - Mission and Installation Contracting Command (MICC) – Fort Belvoir - Products/Services Requested: - Removal of existing floor finishes and installation of new flooring - 1,654 square yards (SY) of carpet - 1,560 linear feet (LF) of vinyl cove base - Final cleaning and off-site disposal of all trash - Recycling of at least 60% of construction and demolition waste, with documentation required - 12-month warranty on all work - Unique/Notable Requirements: - Contractor personnel must complete security and awareness training and comply with access and force protection protocols - Project duration is up to 180 calendar days - Work is in secure federal facilities; access and force protection compliance is mandatory - No specific OEMs or product part numbers are specified in the solicitation - NAICS code: 238330 (Flooring Contractors)
Description
This is a Sources Sought Notice. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested 8(a) businesses capable of providing the requirement. Small 8(a) businesses are highly encouraged to identify capabilities in meeting the requirements.
MICC – Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified business sources capable of providing carpeting replacement in building 205, room 213 (Large open room), 207, 212, 208, 211, & 210 due to water and mold damage. The carpet in the NEC area of building 205 is very worn and past its life expectancy and an official solicitation may or may not follow this posting. If the Government moves forward with a solicitation it will be set-aside for Small Businesses.
Interested vendors are welcome to submit a Rough Order of Magnitudes and/or quote with their capability statements. See attached Statement of Work.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 238330-Flooring Contractors, with a size standard of $19.0M.
Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, David J. Wigtil, at david.j.wigtil.civ@army.mil with a courtesy copy (cc) to Emmanuel C. Abban, Contracting Officer/Team Lead, at emmanuel.c.abban.civ@army.mil, no later than 08 May 2026 at 4:30 p.m. Eastern Standard Time.
In response to this source sought, please provide:
Name of the firm, point of contact, phone number, email address, UEI Number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
The capability packages for this source sought are not a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified above.
No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages.
Attachment 1: Current Statement of Work