B1643 Flooring
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
This is a Request for Quote (RFQ) for carpet removal and new plank vinyl tile installation in Building 1643 at Edwards Air Force Base, CA. The opportunity is a 100% Women-Owned Small Business Set-Aside under NAICS 561210 (Facilities Support Services, $47M size standard). Quotes are due by March 20, 2026, at 8:00 AM PDT.
Scope of Work
The contractor will be responsible for removing existing carpet and installing new plank vinyl tile (specifically Gerflor brand Creation 70 Clic Wild Oak, provided by the government) in Building 1643. The Statement of Work (SOW) details requirements including flooring repairs, lifting modular furniture, coordinating with the Facility Manager, and providing a written cost estimate within three business days. Work must minimize disruption and include cleanup. The period of performance shall not exceed 30 days.
Contract Details
This is an RFQ utilizing Simplified Acquisition Procedures. The contract type is Firm Fixed Price. The acquisition is set aside for 100% Women-Owned Small Businesses. All work will be performed at Building 1643, Edwards Air Force Base, CA. A Wage Determination for Kern County is provided, outlining minimum wage rates and fringe benefits for various occupations.
Submission & Evaluation
Offerors must submit a complete quote via email to both Abel Alcantar (abel.alcantar.1@us.af.mil) and Paola Diaz (paola.diaz.1@us.af.mil). The maximum email file size is 10MB. Quotes should include the SF1449 and a separate PDF quote with pricing for all Contract Line Items (CLINs). Required contractor information includes SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, POC, Email, Warranty, Offer Expiration Date, FOB Destination, and Estimated Delivery Lead Time.
Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. The government will rank quotes by price and evaluate the lowest-priced technically acceptable offer. Technical acceptability is based on the ability to provide carpet removal and new plank vinyl tile installation services. Failure to provide a full response will result in an unresponsive quote.
Key Dates & Contacts
- Quotes Due: March 20, 2026, 8:00 AM PDT
- Questions Due: March 18, 2026, 8:00 AM PDT (send to paola.diaz.1@us.af.mil)
- Primary Contact: Abel Alcantar, Contract Officer (abel.alcantar.1@us.af.mil)
- Secondary Contact: Paola Diaz, Contract Specialist (paola.diaz.1@us.af.mil)
Additional Notes
Amendment 1, dated March 18, 2026, uploaded the Q&A and Attachment 3 (Dimensions). The Q&A clarifies that the government will provide the vinyl plank flooring, no hazardous materials were found in testing, the project is fully funded, and there are no limitations on subcontracting. The current carpet is glued down on a concrete subfloor, and no underlayment is required. Contractor employees must be U.S. citizens and wear uniforms. A Safety and Health Plan is required prior to award.