Indefinite Delivery Indefinite Quantity (IDIQ) for Carpet/Resilient Floor Replacements, Various Locations, Oahu, Hawaii

Bidders ID: NBD00159707129599912
Due Date: Apr 30, 2025
Posted Date: Mar 10, 2025
Level of Government: Federal
State: Hawaii
Agency: DEPT OF DEFENSE
Category:
  • S - Utilities and Training Services
Solicitation Number: N6247825R2425
Source: Members Only
Follow
Indefinite Delivery Indefinite Quantity (IDIQ) for Carpet/Resilient Floor Replacements, Various Locations, Oahu, Hawaii
Active
Contract Opportunity
Notice ID
N6247825R2425
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC HAWAII
Office
NAVFACSYSCOM HAWAII
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Mar 10, 2025 09:41 am HST
  • Original Response Date: Apr 30, 2025 10:00 am HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: S214 - HOUSEKEEPING- CARPET LAYING/CLEANING
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

The contract will provide carpet/resilient floor replacements at various locations, Oahu, Hawaii. The work includes, but is not limited to, sampling and testing for asbestos, asbestos containing materials, lead based paint and paint with lead; removal and disposal of non-asbestos vinyl floor tiles, non-asbestos vinyl or resilient floorings, flooring adhesives, roll carpets, tile carpets, underlayments and stair nosings/treads; sub-floor preparation, sub-floor and sub-floor framing repair; installation of wood/vinyl baseboards, non-asbestos vinyl floor tiles, non-asbestos vinyl or resilient floorings, roll carpets, tile carpets, flooring of multiple grades, underlayments and stair nosings/treads; application of flooring adhesives; flooring installation with furnishings in-place; relocating removed furnishings after new flooring is installed; undercutting doors to provide proper clearance between the bottom of the door and the finished floor; and work site clean-up and disposal of debris.

The NAICS Code for this procurement is 238330 and the annual size standard is $19,000,000. The contract term will be a one-year base period plus four one-year option periods and one six-month option period. The total term of the contract, including all options, will not exceed 66 months. The Government will not synopsize the options when exercised. Non-recurring work will be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be $2,500.00 and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. Only the base period of the contract will offer a minimum guarantee. This contract will replace a contract for similar services awarded in 2020 for $6,434,664.05 maximum.

Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.

The previous contract is currently in the 8(a) program. Based on market research, including a sources sought notice issued to the Small Business Administration (SBA) in November 2024, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Seven firms responded and all seven provided the requested information and appear capable of providing the required services. Based on the results, the requirement will remain in the 8(a) program and the solicitation will be issued as an 8(a) competitive set-aside. NAVFAC Hawaii’s Office of Small Business Programs concurs with the set-aside determination.

Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Proposals shall be submitted using the Procurement Integrated Enterprise Environment (PIEE) Solicitation Application. See below "New Vendor Organization - Getting Started Help - PIEE" link. All interested Offerors shall register in PIEE. No notice of solicitation activity will be provided to interested Offerors.

The solicitation utilizes source selection procedures which require Offerors to submit a non-price proposal (Corporate Experience, Safety, and Past Performance), and a price proposal for evaluation by the Government.

Proposal receipt date is approximate.


Attachments/Links
Contact Information
Contracting Office Address
  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 10, 2025 09:41 am HSTPresolicitation (Original)
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >