Building 7 Suite 3 Floor Repair

SOL #: 1232SA26Q0439Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Place of performance not available

NAICS

Flooring Contractors (238330)

PSC

Repair Or Alteration Of Laboratories And Clinics (Z2DB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 8, 2026
2
Submission Deadline
May 11, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is seeking quotations for Building 7 Suite 3 Floor Repair at its facility in Ames, Iowa. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) for commercial items. The project involves comprehensive flooring repair, including base and alternate scopes of work. Quotations are due by May 4, 2027, at 10:00 AM Central Time.

Scope of Work

The primary work involves flooring repair in Rooms 3109, 3109A, and 3109B. Alternate bids are requested for additional flooring work in Rooms 3111, 3111A, 3111B (Alternate #1) and Rooms 3115, 3115A, 3115B (Alternate #2). The required materials include a resinous flooring system, specifically the Rock-Tred SL System – Dark Grey, 1/8" thick with a 4" integral cove base, and sealants. The work falls under NAICS 238330 (Flooring Contractors) with a $19M size standard and PSC Z2DB (Repair or Alteration of Laboratories and Clinics). Detailed floor plans and photographic references are provided to illustrate the project location at 1920 Dayton Avenue, Ames, Iowa, and existing conditions.

Contract Details

This will be a Firm-Fixed-Price contract with a performance period of 180 calendar days after award. The acquisition is a Total Small Business Set-Aside. Bidders must adhere to Davis-Bacon Act prevailing wage rates for Story County, Iowa, as detailed in Attachment 2. A three-year warranty covering material and workmanship is required.

Submission & Evaluation

Offers must be submitted via email to kelly.wright@usda.gov by the deadline. Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Technical acceptability requires meeting all solicitation requirements, including submission of all documents and acknowledgment of amendments. Offerors must provide two to three recent and relevant experience references for past performance evaluation. A bid bond of not less than 20% of the proposed price (not exceeding $3,000,000) is mandatory. Offerors must have an active SAM registration at the time of solicitation closing.

Key Dates & Contact

  • Published Date: April 8, 2026
  • Optional Site Visits: April 28, 2026 (9:00 AM local) or April 30, 2026 (1:00 PM local). Registration is required via email to the contracting officer.
  • Questions Due: May 4, 2027, 10:00 AM Central Time, via email.
  • Quotation Due: May 4, 2027, 10:00 AM Central Time
  • Contact: Kelly Wright, kelly.wright@usda.gov

People

Points of Contact

Kelly WrightPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Building 7 Suite 3 Floor Repair | GovScope