JBER Flooring Project
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, 673 CONS LGC, is seeking proposals for a Total Small Business Set-Aside contract to perform a Flooring Replacement Project in Building 11540, Room 5, at Joint Base Elmendorf-Richardson (JBER), Alaska. This is a Firm Fixed-Price solicitation for the demolition of existing carpet and installation of new Luxury Vinyl Planking (LVP). Proposals are due May 15, 2026, at 12:00 PM AKT.
Scope of Work
The contractor shall provide all necessary personnel, equipment, and materials to execute a complete flooring replacement. Key tasks include:
- Demolition and off-site disposal of existing glued-down broadloom carpet and rubber wall base.
- Comprehensive concrete subfloor preparation.
- Installation of new commercial-grade Luxury Vinyl Planking (LVP).
- Installation of rubber transitions at doorways. All work must strictly adhere to the provided Performance Work Statement (PWS). The government (3 MXS/MXMM) will assist with the removal and placement of chairs/tables.
Contract Details & Requirements
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J039 (Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment)
- Place of Performance: 3 MXS Conference Room, 11540 Slammer Ave, JBER, AK 99506
- Labor Requirements: Subject to the Service Contract Act (SCA) and the Department of Labor Wage Determination for Anchorage Municipality, Alaska (WD 2015-5683). Bidders must account for specified minimum wage rates and fringe benefits.
- Clauses & Provisions: The solicitation incorporates numerous FAR/DFARS clauses, including those related to safeguarding covered defense information, prohibition on covered defense telecommunications equipment, whistleblower rights, and System for Award Management (SAM) registration. Electronic submission of payment requests via Wide Area WorkFlow (WAWF) is required.
Key Dates & Submission
- Published Date: May 6, 2026
- Site Visit: Highly encouraged on May 8, 2026, at 9:00 AM AKT. Attendees meet at Bldg 11540, Rm 5, JBER, AK. RSVP to the Point of Contact.
- Questions Due: May 12, 2026, at 12:00 PM AKT.
- Proposal Due: May 15, 2026, at 12:00 PM AKT.
- Offer Validity: Offers must be valid for a minimum of 60 days from the closing date.
Evaluation
Award will likely follow a Lowest Price Technically Acceptable (LPTA) approach, as indicated by incorporated clauses. Bidders must ensure compliance with all technical requirements and submit a competitive firm fixed price.
Contact Information
For inquiries and site visit RSVP, contact Daniel Englerth at daniel.englerth@us.af.mil or 907-552-6769.