Remove and Install Vinyl Composite Tile (VCT) Flooring BLDG 1001
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
The Department of the Army, specifically W6QM MICC-FT BLISS, is soliciting proposals for the removal and installation of Vinyl Composite Tile (VCT) flooring in Building 1001 at Fort Bliss, Texas. This is an 8(a) Set-Aside competitive award. The project involves replacing approximately 1,500 sq ft of flooring across nine rooms, including asbestos encapsulation and painting door trims. Proposals are due June 17, 2026, at 11:00 a.m. MST.
Scope of Work
The project requires the removal of existing flooring and installation of new, durable VCT flooring and 4-inch vinyl base in rooms 114, 115, 116, 117, 118, 119, 120, 122, and 124 of Building 1001. Key tasks include:
- Demolition and proper disposal of existing flooring and adhesives.
- Encapsulation of existing asbestos-containing floor tile with a liquid membrane sealant.
- Preparation of the concrete subfloor.
- Installation of new VCT flooring (Armstrong Camel Beige VCT 51805) and 4-inch vinyl base (Tarkett 440022147 brown).
- Painting of door trims (Behr Premium Enamel, semi-gloss, dark brown finish).
- Moving all furniture as required for the work.
- All work must comply with ICC, UFC, NFPA 101, ABA, and other applicable Federal, State, and local regulations, including UFGS. The facility will be occupied, requiring coordination to minimize disruption.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Estimated Magnitude: Less than $25,000.00
- Period of Performance: 150 calendar days after issuance of Notice to Proceed (NTP)
- Set-Aside: 8(a) Competitive Award (Small Business Set-Aside)
- NAICS Code: 238330 (Flooring Contractors)
- Small Business Size Standard: $19 Million
- Bonds: Performance and Payment Bonds are required.
Evaluation & Submission
- Proposal Due Date: June 17, 2026, at 11:00 a.m. MST
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). Proposals will be evaluated for acceptability, not ranked by non-price factors. Award will be based on the lowest evaluated reasonable price meeting acceptability standards.
- Offer Guarantee: Required.
- Key Personnel: Project Manager (PM), Superintendent, and Site Safety and Health Officer (SSHO)/Quality Control Manager (QCM) are required.
- Site Visit: Scheduled for June 2, 2026, at 10:00 a.m. MST.
- Registration: Offerors must be registered in the System for Award Management (SAM).
Key Documents & Notes
- Drawings BLDG 1001.pdf provides the floor plan and details for understanding the physical scope.
- SOW FLOORS BLDG 1001.pdf outlines detailed requirements, performance standards, and special conditions.
- David Beacon tx245.txt contains prevailing wage rates for El Paso County, Texas, under the Davis-Bacon Act, which bidders must consult.