Engine Room Reflooring - Nellis Air Force Base, NV
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Air Force is seeking quotes for Engine Room Reflooring at Davis-Monthan Air Force Base, AZ. This Request for Quotation (RFQ) FA487726QA083 is a Total Small Business Set-Aside for a firm-fixed price purchase order. The project involves applying an industrial-grade epoxy or polyurethane coating system to approximately 2,200 square feet of engine room floor. Questions are due by May 11, 2026, 02:00 PM MDT, and quotes must be submitted by May 15, 2026, 02:00 PM MDT.
Scope of Work
The contractor will provide all labor, materials, and equipment for the reflooring project. Key tasks include mechanical surface preparation (diamond-grinding or shot-blasting), thorough contaminant removal, professional repair of existing cracks, spalls, and joints, and the application of a minimum two-coat system. This system must include a suitable epoxy primer and a high-performance, chemical-resistant epoxy or polyurethane topcoat with non-slip aggregate.
Performance Requirements
The coating system must meet specific performance criteria, including maintaining integrity between 0°F and 140°F, resisting damage from hydraulic fluid, fuel, oils, industrial solvents, and cleaning agents. It must provide robust abrasion and impact resistance, incorporate a non-slip additive to meet or exceed OSHA standards, achieve a minimum dry film thickness (DFT) of 10 to 20 mils, and be UV-resistant. The flooring system and application must adhere to MIL-STD or equivalent industrial maintenance flooring standards.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238330 (Floor Coverings) with a size standard of $19,000,000
- Product Service Code: 7220 (Floor Coverings)
- Place of Performance: Davis-Monthan Air Force Base, AZ
- Shipping: FOB – Destination
- Warranty: A minimum 1-year written warranty covering workmanship and materials against defects is required.
Submission & Evaluation
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be evaluated first; if acceptable, award will be made without further consideration. Past performance will not be evaluated.
- Quote Submission: Quotes must include information outlined in FAR 52.212-1 and a projected delivery timeline. Submissions are to be made via email.
- Questions Deadline: May 11, 2026, 02:00 PM MDT
- Quotes Deadline: May 15, 2026, 02:00 PM MDT
Key Provisions & Requirements
Bidders must review attached documents for comprehensive contractual obligations. Key clauses incorporated by reference and in full text cover supply chain security (52.204-29), item unique identification (252.211-7003), Wide Area WorkFlow (WAWF) payment instructions (252.232-7006), and offeror representations and certifications (52.212-3). Other requirements include REAL ID compliance for base access, prohibition of Class I Ozone Depleting Substances, and adherence to detailed safety, environmental protection (including Pima County and Arizona DEQ permits), and security protocols outlined in the PWS.
Contact Information
- Primary: Judah Morton, judah.morton@us.af.mil, (520) 228-1937
- Secondary: Joshua E. Rodriguez, joshua.rodriguez.30@us.af.mil, (520) 228-2213