HQ Flooring and Kitchen Remodel
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 147 Attack Wing Base Contracting Office is soliciting quotes for a Firm-Fixed-Price Contract for HQ Flooring and an optional kitchen remodel at Ellington Field Wing Headquarters, Houston, TX. This requirement is a 100% Small Business Set-Aside. The project involves the complete removal and replacement of approximately 2,100 square feet of flooring. Quotes are due by April 10, 2026, at 2:00 PM CST.
Opportunity Details
This is a combined synopsis/solicitation (W50S77-26-Q-0003) for commercial construction services. The primary scope is the replacement of flooring, with an optional kitchen remodel contingent on funding. The work will be performed at the Ellington Field Wing Headquarters, Houston, TX, within an occupied Government facility, requiring close coordination with Government personnel.
Scope of Work
The project primarily entails the complete removal and replacement of approximately 2,100 square feet of flooring. Key tasks include:
- Demolition: Removal of existing plank flooring and substrate preparation (leveling, crack filling).
- Installation: New Luxury Vinyl Tile (LVT) in common areas and entrances, and new 24" x 24" commercial-grade carpet tile in office spaces.
- Finishing: Furnishing and installation of 4" rubber cove base and wood base boards, and painting of renovated areas.
- Logistics: Relocation of Government furniture, protection of existing property, and daily debris removal.
- Environmental: Asbestos remediation if asbestos-containing materials are identified.
- Optional: A kitchen remodel is included as an optional Contract Line Item Number (CLIN), dependent on funding availability.
Performance Standards & Special Requirements
Work must adhere to manufacturer installation requirements, Whole Building Design Guide (WBDG) guidance, and the International Building Code. Substrate moisture testing is required. The contractor must coordinate closely with the 147 CES and 147 SFS for access and furniture relocation. A Quality Control (QC) plan is mandatory, and the contractor will use the ProjectMates Management System for reporting. A minimum 1-year warranty is required. Bidders must also comply with the prevailing wage rates and fringe benefits outlined in the attached Davis-Bacon Act Wage Determination (TX20260253) for Harris County, TX, which includes provisions for Executive Orders 13706 (Paid Sick Leave) and 13658 (minimum wage).
Contract Details
- Contract Type: Firm-Fixed-Price
- NAICS Code: 238330 (Flooring Contractors)
- Small Business Size Standard: $19 Million
- Set-Aside: 100% Small Business Set-Aside
- Period of Performance: Begins within 7 days after award, to be completed within 90 calendar days.
- Place of Performance: 14657 Sneider St, Houston, TX 77034.
Submission & Evaluation
- Quotes Due: April 10, 2026, by 2:00 PM CST.
- Questions Due: April 2, 2026, by 9:00 AM CST, via email to MSgt Buddy Ciemiengo.
- Evaluation: Award will be based on technical capabilities and price. Past performance will not be evaluated. Discussions may be held if deemed in the Government's best interest.
- Important: This announcement serves as the only solicitation. Offerors must acknowledge all amendments and ensure their representations and certifications are current in SAM.gov.
Contact Information
- Primary Contact: MSgt Buddy Ciemiengo (buddy.ciemiengo.1@us.af.mil)