Floor Mat Rental
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, through the Air Force Research Laboratory (AFRL) RIKO office, is soliciting proposals for Floor Mat Rental services at the AFRL Rome Research Site (RRS) in Rome, NY. This is a Request for Quotation (RFQ) under solicitation number FA875126Q0020 for commercial products or services. This opportunity is not set-aside for small business concerns. Quotes are due by March 16, 2026, at 3:00 PM Eastern Time.
Scope of Work
The contractor shall provide laundered and treated non-skid, flame-retardant floor mats on a rental basis. Services include regular pickup, cleaning, treatment, replacement, installation, and placement of mats in various buildings across the RRS campus. The Performance Work Statement (PWS) (Attachment No. 1) details specific winter and summer schedules, varying quantities, and frequencies. The contractor must provide a complete list of all supplies used, including Safety Data Sheets (SDS), ensuring all supplies are non-flammable and free of CFCs or ozone-depleting substances. Mat specifications, including navy blue or dark blue color requirements, are outlined in Appendix A of the PWS. Detailed floor plans and mat placement diagrams are provided in Attachment No. 5.
Contract Details
- Type: Request for Quotation (RFQ), Firm Fixed-Price.
- Period of Performance (PoP): A base year from April 1, 2026, to March 31, 2027, followed by four option years and an additional 6-month option. If all options are exercised, the performance period would conclude around September 30, 2031.
- Set-Aside: None (Unrestricted).
- Place of Performance: Air Force Research Laboratory (AFRL) Rome Research Site (RRS), Rome, NY.
- CMMC Requirement: CMMC Level 1 (Self) is required prior to award for all information systems used in performance that process, store, or transmit Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Submission & Questions
- Quotes Due: Monday, March 16, 2026, by 3:00 PM Eastern Time.
- Submission Method: Via email to Contract Specialist Tabitha Haggart at Tabitha.Haggart@us.af.mil, with a copy to Contracting Officer Cody Owens at Cody.Owens.4@us.af.mil.
- Questions Due: No later than 4 calendar days prior to the quotation due date. Inquiries must be in writing, include “FA875126Q0020” in the subject line, and be submitted to the same email contacts. Responses will be posted as amendments on SAM.gov.
Evaluation Factors
Award will be made to the lowest priced offeror with no negative past performance, based on two factors of approximately equal importance:
- Price: Offers will be ranked by Total Evaluated Price (TEP), which is the sum of proposed prices for the base year and all options. Price will be examined for reasonableness, realism, and balance. Offerors must use the Bid Schedule (Attachment No. 4) to submit pricing details.
- Past Performance: The Government will acquire past performance information from government and commercial sources to assess compliance with delivery schedules, order support, and general customer satisfaction.
Additional Notes
Offerors are required to complete representations and certifications, including those referenced in DFARS 252.204-7998 Alternate A. A Wage Determination (Attachment No. 3) for Herkimer and Oneida counties, NY, outlines minimum wage rates and fringe benefits that must be factored into proposals.