Opportunity

SAM #25192

Carpet Tile Supply and Professional Rework Services for U.S. Army at Fort Gordon

Buyer

MICC Fort Eustis

Posted

May 07, 2026

Respond By

May 14, 2026

Identifier

25192

NAICS

238330

This opportunity involves carpet tile procurement and professional rework services for the U.S. Army at Fort Gordon, Georgia, specifically supporting the Cyber Center of Excellence and MCA-1, Building 29850. - Government Buyer: - Mission Installation Contracting Command (MICC) at Fort Gordon (W6QM MICC-FT GORDON) - U.S. Army - OEMs and Vendors: - Patcraft (manufacturer of Metallic Alchemy carpet tile, part number 10422, color Antique Titanium 00770) - Products Requested: - METALLICAL12X48 carpet tile (part number I0422): 90.61 square yards - LOK4T SIS LOKDOTS 1 2 SLEEVE adhesive: 4 rolls, 1 sleeve - Attic stock carpet tiles: approximately 500 tiles available for reuse - Matching carpet tiles: approximately 100 tiles to be furnished for future patching - Services Requested: - Carpet labor: 476.89 square yards - Carpet disposal: 1 unit - Installation of carpet tile: 476.89 square yards - Professional carpet rework (cutting, patching, seaming, securing edges, matching texture/color, substrate prep, debris removal, quality control) - Unique/Notable Requirements: - Small business set-aside under NAICS 238330 (Flooring Contractors) - Ability to provide matching Patcraft Metallic Alchemy carpet tiles - Quality control and seamless integration with existing flooring - Work hours: Monday-Friday, 9 AM to 4 PM - Detailed schedule and quality control program required within 5 days of contract award - Place of Performance: - Fort Gordon, Georgia (including MCA-1, Building 29850, 245 Club Dr) - Contracting office at 271 Heritage Park Lane, Bldg 35200, Fort Gordon, GA 30905

Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personnel services contract to provide Carpet Tile to the Cyber Center of Excellence (CCOE)  and Fort Gordon, Georgia, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 238330 -Flooring Contractors, Size Standard $19,000,000.

I0422 METALLICAL12X48 (90.61 SY) LOK4T SIS LOKDOTS 1 2 SLEEVE 4 ROLLS ADHESIVE SLEEVE (1 EA)   81-5 CARPET LABOR (476.89 SY) 81-5 CARPET DISPOSAL (1.00 EA) 81-15 INSTALL CARPET TILE (476.89 SY)

1. Name of the firm, point of contact, phone number, email address, DUNS 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. Does the company have a GSA Schedule contract? If so, provide the GSA Schedule contract number.

2. 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.

3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-00008) "Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.

4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.

5. 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.

6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

7. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

8. Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Martina Bond in either Microsoft Word or Portable Document Format (PDF), via email martina.c.bond.civ@army.mil No Later Than 9:00 a.m. EST on May 14, 2026, and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

View original listing