Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2026 SAM #8878
SOURCES SOUGHT

Z -- Open-End Flooring USAG-HI (8a)

Notice Date
3/16/2026 6:32:28 PM
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-26-B-A00X1
 
Response Due
3/31/2026 11:00:00 AM
 
Archive Date
03/17/2027
 
Point of Contact
Renee Fletcher, Phone: 808-787-8854
 
E-Mail Address
renee.m.fletcher.civ@army.mil
(renee.m.fletcher.civ@army.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
This is Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed- Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Contract at Schofield Barracks, Hawaii on a competitive 8(a) basis, provided 2 or more eligible and responsible 8(a) Business Development Program participants respond to this sources sought notice. We encourage all 8(a) Business Development Program participants to identify their capabilities in meeting the requirement at a fair market price.This notice is issued solely for information and planning purposes ? it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.The anticipated NAICS code(s) is/are: 238330, Flooring Contractors, with a size standard of $19M. The anticipated Product Service Code (PSC) is Z2AA Repair or Alteration of Office Buildings. If your company believes a different NAICS code would fit this requirement, suggestions can be sent to the Contract Specialist.A need is anticipated for the following project description: Furnish all labor, equipment, materials, and all incidental related services to perform Replacement of Repair of Floor Covering and Carpeting of Miscellaneous Buildings in accordance with the technical provisions prepared by the Directorate of Public Works, U.S. Army Garrison, at various Army Installations on the Island of Oahu, Hawaii. The scope of work covered by this contract does not cover floor covering and or carpet work, which might arise as part of the contract to repair or renovate a building or group of buildings. The work covered by this contract does not include projects awarded by The U.S. Army Engineering District, Honolulu, or the Medical Facilities under Tripler (TAMC), to be designated during the contract period. Requirements of the proposed contract will be completed in strict accordance with all the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits within the contract or as incorporated by reference. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. In response to this sources sought, please provide:1. Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement certifying the company is in the 8(a) program and in compliance for the corresponding NAICS code plus your current 8(a) status and expiration date.2. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company?s specific experience in construction and providing comparable services. Ensure the information is sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. 3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008).4. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).5. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).6. Does your company have any seasonal or other constraints that may hamper your ability to perform this requirement year-round.7. Does your company have the ability to complete multiple projects simultaneously? Please explain.8. Information to help determine if the requirement is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.9. Identify how the Army can best structure these contract requirements to facilitate competition by and among 8(a) firms.10. Identify bonding capabilities.11. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.*Note: The Statement of Work is not finalized.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d304a778323441e9b08ca1e778b4581e/view)
 
Place of Performance
Address: Schofield Barracks, HI
 
Record
SN07746877-F 20260318/260316230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.