Combined Synopsis/Solicitation SBA Due Soon

Replace Carpet, Third Floor SEEK EAGLE, Bldg 350

Solicitation Number: FA282325Q0072 Response Deadline: August 25, 2025 at 1:00 PM (1 week from now)

Description

Amendment 1 The SOW has been Updated (highlighted yellow) see attached A new Site Visit has been scheduled for Friday 15 August 2025 The AFTC/PZICA at Eglin Air Force Base has a requirement to remove of existing carpet and vinyl base in designated areas on the third floor of Building 350 (SEEK EAGLE) at Eglin AFB, Florida, and the installation of new carpet squares/tiles and rubber base. The work will be completed in phases due to asbestos abatement, with an emphasis on minimizing disruption, adhering to safety standards, and meeting applicable NFPA and UFC requirements. A site visit will be held on Friday, 15 August 2025 at 1300 CST at 205 D Ave, eglin AFB, FL Bldg. 350 3rd Floor. (Meet Outside Bldg. 350). Base passes are to be requested NLT 14 August 2025 at 1:00 CST. GET YOUR PASS AN HOUR EARLY Email the information for the persons who will be attending the site visit to darren.alvarez.2@us.af.mil. INFORMATION NEEDED FOR BASE ACCESS Visitor's Full Name Date of Birth Visitor's DL State Visitor's DL Number Direction to Receive a Bass Pass Eglin AFB Visitors Control Center Hours of Operation: Daily from 0600 to 2200 Address: 100 Museum Dr Bldg. #2938 Eglin AFB, FL 32542 Phone: 850-882-6349 (DSN: 312-872-6349) Delivery/Period of Performance: FOB Destination delivery terms shall apply. Period of Performance: 180 days Location: Eglin AFB Bldg 350 3rd Floor (viii) Instructions to Offerors: This acquisition is conducted under FAR Part 12, Acquisition of Commercial Products and Commercial Services. The provision at FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (DATE), applies to this solicitation. Offerors are responsible for reading and understanding the entire solicitation, including all attachments and incorporated clauses. Submission Requirements: All offers must be submitted via electronic mail to darren.alvarez.2@us.af.mil no later than 1300 CT, 25 August 2025. The email subject line must include the solicitation number: FA282325Q0072. Offeror Information: Offerors must provide the following information in their offer: Business Name Business Address Contact Name, Phone Number, and Email Address Cage Code SAM Registration: Offerors must be actively registered in the System for Award Management (SAM) at www.sam.gov at the time of offer submission and throughout the performance period of any resulting contract. Failure to maintain active SAM registration may result in contract termination. Tier I Contractor Coordination and Material Sourcing: All carpet and adhesive materials must be procured exclusively through the approved Tier I Contractors. Tier II Contractors (Carpet Installers or Local Dealers with Installers) must contact the Tier I Contractors in the attached list of Vendors labelled: of this solicitation to obtain material quotes for the specific carpet selections required for this project. The Not-To-Exceed (NTE) price lists are not included in this solicitation. Tier II Contractors are responsible for ensuring that the prices quoted by the Tier I Contractors are fair and reasonable. Proposal Content and Format: Offerors must submit a clear, brief, concise, and complete proposal that demonstrates their understanding of the requirements in the Attachment: Statement of Work. The proposal must be submitted as a single PDF document. The proposal should address all requirements outlined in the Statement of Work and Evaluation Factors. The proposal must clearly identify the following CLINs: CLIN 0001 Carpet Cost: The total cost for all carpet materials, as quoted by the Tier I Contractor. CLIN 0002 Adhesive Cost: The total cost for all adhesive materials, as quoted by the Tier I Contractor. CLIN 0003 Installer Cost (including shipping): The total cost for installation services, including shipping costs. Pricing: Offerors must use the Attachment: (Price Document) to provide a detailed breakdown of all pricing, including material costs obtained from the approved Tier 1 vendors. The Attachment: (Price Document) contains highlighted areas that must be completed by the offeror. The Price Document must be fully completed and submitted as a separate file along with the proposal PDF. Contractor mark-up/profit are not allowable on items purchased via the Tier I contracts. Price Verification: The Contracting Officer will verify that the prices quoted by the Tier I Contractor for carpet (CLIN 0001) and adhesives (CLIN 0002) are fair and reasonable. Required Documents: Your offer must include the following documents: A single PDF document containing your complete proposal, addressing all requirements in the Statement of Work, including the customer's carpet selection and the CLIN information. A fully completed Attachment : Price Document (separate file), with all highlighted areas filled in.

Award Information

Not yet awarded

Notice Timeline

Combined Synopsis/Solicitation

Aug 13, 2025

Combined Synopsis/Solicitation

Aug 14, 2025

  • Description: Description was updated
Place of Performance
N PALM BEACH, Florida 32542
USA

Contacts

primary
Darren Alvarez

darren.alvarez.2@us.af.mil

8508824080

Agency
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE TEST CENTER
FA2823 AFTC PZIO
Classifications
NAICS: 238330
PSC: Z2JZ
Set Aside: SBA
Dates
Posted (2 days ago)
Aug 13, 2025
Last Updated (6 hours ago)
Aug 15, 2025
Due (1 week from now)
Aug 25, 2025 1:00 PM