Skip to content
Department of Defense

Flooring Removal and Installation Services

Solicitation: FA2823-26-R-0016
Notice ID: b0a5ae1402b1433b97e645c6d0e6cdf8
TypeSources SoughtNAICS 238330PSCS214Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateFLPostedApr 09, 2026, 12:00 AM UTCDueApr 15, 2026, 05:30 PM UTCCloses in 6 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 15, 2026. Industry: NAICS 238330 • PSC S214.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA2823-26-R-0016. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238330 (last 12 months), benchmarked to sector 23.

12-month awarded value
$593,943
Sector total $37,277,024,776 • Share 0.0%
Live
Median
$200,406
P10–P90
$200,406$200,406
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+1898%($537,322)
Deal sizing
$200,406 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Florida • 32542 United States
State: FL
Contracting office
Eglin Afb, FL • 32542-5418 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
JEREMY RENNAHAN
Email
JEREMY.RENNAHAN.1@US.AF.MIL
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA2823 AFTC PZIO
Contracting Office Address
Eglin Afb, FL
32542-5418 USA

More in NAICS 238330

Description

SOURCES SOUGHT/REQUEST FOR INFORMATION:  The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting, Eglin AFB, FL, is currently conducting market research seeking capabilities statement from potential sources in order to gather industry information and input with respect to a potential Flooring Removal and Installation Services Indefinite-Delivery, Indefinite Quantity (IDIQ) program at Eglin Air Force Base, Florida. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) nor an Invitation for Bid (IFB) and must not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. As stipulated in RFO FAR 15.101 (c), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  Responses will be treated as information only and not as a proposal, nor will any award be made as a result of receiving a response. The Government will not be responsible for any costs incurred by interested parties in response to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the System for Award Management (SAM) website (https://sam.gov). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments.

GENERAL REQUIREMENT OVERVIEW

The Government is seeking qualified and experienced contractors capable of performing flooring-related removal and installation services at Eglin AFB in accordance with the Air Force Carpet II Ordering Guide (compliance with this guidance is mandatory).

The anticipated contract type is a Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite Quantity (IDIQ). Work may include removal of existing flooring, installation of new flooring systems, associated accessories, minor preparation work to include potential move/lift furniture before or after flooring installation, and debris disposal.

For the purpose of this Request for Information (RFI), the anticipated North  American Industrial Classification System (NAICS) code is 238330 – Flooring Contractors, with a size standard of $19,000,000. All Interested Parties are invited to respond and must be currently registered in the SAM database (https://www.sam.gov).

CARPET PROGRAM REQUIREMENTS

Indefinite Delivery/Indefinite Quantity (IDIQ) contract and all resulting Task Orders (TOs). Work may include, but is not limited to, the removal, replacement, and installation of new and existing flooring systems of various types (e.g., carpet, tile, laminate, wood), along with associated accessories such as cove base, trim, and minor painting.  Work can also include potential move/lift furniture before or after flooring installation, and debris disposal.

Task Orders may include varying quantities of supplies, services, and construction-related work associated with flooring replacement. Requirements will be issued based on specific building or office locations, defined quantities, and scope of work. Individual project magnitudes may range from approximately 200 to 20,000 square feet. Task Orders may consist of single or multiple project locations, depending on Government needs.

Contractors shall comply with the mandatory Air Force Carpet II Program requirements.  Program information—including the Ordering Guide, Mandatory Use Policy Letter.  .(see attached Ordering Guide).  Additional details will be provided in any future solicitation.

SCOPE OF WORK:  The scope of work will be determined with each task order which includes providing all necessary labor, and materials for flooring-related work as specified in the delivery order Statement of Work (SOW) and project drawings. The scope of work includes, but is not limited to, the removal of existing floor coverings, installation of new carpet and other floor coverings, application of interior protective coatings, filling of interior brick joints with paintable caulking, application of special markings or decals, and debris disposal.

The contract also covers the provision and installation of accessories such as trim and moldings (thresholds/transition strips) to ensure smooth transitions to adjacent surfaces. This comprehensive agreement would ensure that all aspects of the flooring projects, from preparation to finishing touches, are completed in strict accordance with the technical provisions of the contract.

CAPABILITIES STATEMENT REQUIREMENTS

Interested contractors shall submit a capabilities statement (maximum 5 pages) demonstrating ability to perform the requirement.

Interested contractors shall indicate their capability to:

  • Procure carpet materials from authorized Carpet II Tier I manufacturers
  • Provide installation services in accordance with Carpet II program requirements
  • Coordinate material procurement and installation under a task order environment

Contractors without direct Carpet II experience may still respond but shall describe their ability to comply with mandatory-use requirements.

Include company info, business size, relevant experience, capacity to manage task orders, and bonding (if applicable).

SUBMISSION INSTRUCTIONS

Submit responses to Contracting Officer at jeremy.rennahan.1@us.af.mil

Subject Line: FA2823-26-R-0016 – Flooring Removal and Installation Services

Acceptable formats: .pdf, .doc, .docx, .xls, .xlsx. Do not submit .zip or .exe files.

PLANNING INFORMATION

Anticipated contract includes one base year and four option years.

RESPONSES ARE DUE NO LATER THAN 12:30 P.M. (CST) ON 15 April 2026.  Direct all questions concerning this requirement to Jeremy Rennahan at jeremy.rennahan.1@us.af.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.