Loading...
W50S7526QA016
Response Deadline
Apr 17, 2026, 11:30 PM(PDT)12 days
Eligibility
Contract Type
Presolicitation
Project Information
This Sources Sought Solicitation is being issued in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business Concerns. Its sole purpose is to provide information for planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Government. The Government welcomes responses from all interested parties; however, no decision or award of contract will be made based on responses from industry. The Government will not pay for the preparation of, nor the subsequent use of, information submitted in response to this Solicitation. Respondents will not be notified of the outcome of the Government’s review of the information received. Additionally, the Government does not intend to hold discussions concerning this Solicitation with any interested parties but reserves the right to contact vendors if additional information is required for clarifications as it pertains to the Solicitation.
The contractor shall provide all plant, labor, new and current material, transportation, tools, equipment, appliances, supplies, services, permits, insurance, and supervision necessary to install new epoxy flooring and interior floor finishes at the C-130J Flight Simulator Facility (B700) at Channel Islands Air National Guard Station (ANGS), CA. Work is to include removal of existing cove base thresholds/transitions, protection of existing equipment, installation of epoxy flooring and interior floor finishes described in this SOW, and reinstallation of any previously removed cover base and thresholds/transitions. Total approx. 5658 square feet.
In accordance with FAR Supplement 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated magnitude of construction is between $250,000 and $500,000.
The NAICS code for this requirement is 238330 – Flooring Contractors. The Small Business Administration size standard for small businesses in this industry is $19,000,000.
Instructions to Vendors
All interested concerns will submit a written notice, not to exceed five (5) pages, stating the concern’s positive intention to submit a proposal as a prime contractor no later than the deadline posted with this notice. Responses to this Solicitation should include the following information:
If adequate small business firms are not available for adequate competition for this project, it may be advertised as an unrestricted solicitation.
Submit responses directly to william.tucker.32@us.af.mil; telephone calls and facsimile responses will not be honored. Please reference the Notice ID and project title in the subject of your message. Please limit your responses to standard documents (i.e., Microsoft Office, Adobe PDF, etc.). Do not send compressed (i.e., .zip or .exe extension) or other file types as they will be stripped from your message.
William Tucker
Ricardo Macias
DEPT OF DEFENSE
DEPT OF THE ARMY
NATIONAL GUARD BUREAU
JFHQ USPFO CA
USPFO CA PROCUREMENT
W7MX USPFO ACTIVITY CAANG 146
W7MX USPFO ACTIVITY CAANG 146
KO FOR CAANG DO NOT DELETE
119 MULCAHEY DR
PORT HUENEME, CA, 93041-4011
PSC
FLOOR COVERINGS