Repair Interior B768
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 Virginia Air National Guard, 192d Wing, is conducting a Sources Sought to identify qualified small businesses for interior repairs to Building 768 at Joint Base Langley-Eustis, Hampton, VA. This market research aims to determine the appropriate acquisition strategy for a potential future procurement. Responses are due by April 16, 2026, at 4:00 PM EST.
Purpose & Context
This notice is for informational and planning purposes only and does not constitute a solicitation. The government seeks to identify capable sources, particularly from the small business community, to inform a future procurement method. The anticipated NAICS code is 238320 - Painting and Wall Covering Contractors (Size Standard: $19.0 million), with a Product/Service Code of Z2AA - Repair or Alteration of Office Buildings. This is designated as a Total Small Business Set-Aside.
Scope of Work
The requirement is for a contractor to provide all necessary management, labor, materials, and equipment to perform interior repairs in Building 768. The work includes, but is not limited to:
- Demolition and Disposal: Existing carpet and wall base.
- Installation: New 24"x24" carpet tiles and 4" H wall base.
- Painting: Interior walls and door frames.
- Base Bid (Location A - FSS Offices): Approximately 2700 SF of carpet removal/installation, 340 LF of wall base, and 3100 SF of wall painting.
- Bid Option 1 (Location B - MSG/COMMS Offices): Approximately 3800 SF of carpet removal/installation, 710 LF of wall base, 50 LF of new paintable wood chair rail, and 6390 SF of wall painting.
All work must conform to industry standards, manufacturer requirements, and use PFAS, Lead, and VOC-Free materials. A minimum 1-year warranty for installation is required.
Period & Place of Performance
- Period of Performance: 60 days from Notice to Proceed (NTP), with potential adjustments for material lead times.
- Location: 165 Sweeney Blvd., Bldg.#768, Joint Base Langley-Eustis, Hampton, VA 23665.
- Work Hours: Monday through Friday, 0700-1600.
Submission Requirements
Interested parties should submit a response electronically to MSgt Orlando Loaiza at orlando.loaiza@us.af.mil. The response must include:
- Company Name, Address, and Point of Contact information.
- CAGE Code and Unique Entity ID (UEI).
- Business size status under NAICS 238320 (e.g., Small Business, 8(a), HUBZone, SDVOSB).
- A brief capabilities statement (no more than 3 pages) demonstrating experience with similar projects.
- A project timeline with their quotation (as per SOW).
- Material submittals (samples/cut sheets) for approval prior to procurement (as per SOW).
Special Considerations
Contractors must comply with all installation/facility access and local security policies, including background checks and Antiterrorism (AT) Level I training. Labor hours must be reported via SAM.gov, and vehicles must use the LaSalle Gate for entry.
Deadlines & Contact
- Response Due: April 16, 2026, 4:00 PM EST
- Published Date: April 9, 2026
- Primary Contact: MSgt Orlando Loaiza, orlando.loaiza.1@us.af.mil, 757-225-1794.