JBMHH Building 205, Rooms 207-208, 210-211, 212-213 Carpet Replacement
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 Army, Mission and Installation Contracting Command (MICC) – Fort Belvoir, is conducting a Sources Sought notice to identify qualified 8(a) businesses for carpet replacement services at Building 205, Joint Base Myer–Henderson Hall (JBM-HH), Fort Myer, VA. This market research aims to gather information on industry capabilities for replacing carpet and vinyl cove base damaged by water, mold, and wear. Responses are due by May 8, 2026.
Purpose & Scope
This Sources Sought notice is for planning purposes only and is not a solicitation. The Government is seeking preliminary market research information from capable and reliable sources. The requirement involves replacing approximately 1,654 square yards of carpet and 1,560 linear feet of vinyl cove base in multiple rooms (213, 207, 212, 208, 211, 210) within Building 205. The scope includes selective demolition, architectural work, final cleaning, and off-site disposal, with a requirement to recycle 60% of Construction & Demolition waste. Work must adhere to industry standards, use new materials, and match existing aesthetics where possible. A 365-day warranty is required.
Contract & Timeline
- Opportunity Type: Sources Sought (Not a solicitation)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Anticipated NAICS: 238330 - Flooring Contractors ($19.0M size standard)
- Place of Performance: Building 205, JBM-HH, Arlington, VA, and potentially Fort McNair, Washington DC.
- Construction Performance Period: No more than 180 calendar days.
- Response Due: May 8, 2026, at 4:30 p.m. Eastern Standard Time
- Published Date: April 14, 2026
Submission Requirements
Interested 8(a) businesses should submit capability packages, not exceeding five (5) pages, via email to David J. Wigtil (david.j.wigtil.civ@army.mil) with a courtesy copy to Emmanuel C. Abban (emmanuel.c.abban.civ@army.mil). Submissions should include:
- Firm name, point of contact, phone, email, UEI, CAGE code, and small business status (including specific certifications).
- Confirmation of interest as a prime contractor, and any planned subcontracting, joint ventures, or teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government or commercial), and pertinent certifications. Vendors may also include Rough Order of Magnitudes (ROMs) and/or quotes.
Special Conditions
All work is subject to the Davis-Bacon Wage Act. Contractor personnel will require background checks (NCIC-III, TSDB), AT Level I, and iWATCH training for installation access. A contractor's agent must be on-site during work. Payment will be processed via Wide Area Work Flow (WAWF). This notice does not commit the Government to award a contract, and no payment will be made for information submitted. Future solicitations, if any, will be posted on SAM.gov.