Open-End Flooring USAG-HI
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 413th Contracting Support Brigade is conducting market research to identify qualified SBA Certified Women-Owned Small Business (WOSB) vendors for Open-End Flooring Services at various U.S. Army Installations on the Island of Oahu, Hawaii. This Sources Sought notice aims to gather information regarding industry capabilities for the replacement and repair of floor covering and carpeting. Responses are due by March 13, 2026.
Scope of Work
The requirement covers furnishing all labor, equipment, materials, and incidental services for the replacement and repair of floor covering and carpeting in miscellaneous buildings. The scope specifically includes:
- Removal and disposal of various existing flooring types (e.g., Vinyl, VCT, Resilient Sheet Vinyl, Ceramic Tile, Carpet, Plywood Underlayment, Wood/Resilient Base, Membrane Waterproofing).
- Installation of new flooring materials (e.g., Vinyl Tile, VCT, Resilient Sheet Vinyl, Rubber Floor Tile, Ceramic Tile, Quarry Tile, Commercial/Exterior Carpet, Carpet Squares).
- Subfloor preparation, including crack repair, hole filling, and surface preparation.
- Installation and removal/re-installation of bathroom fixtures and partitions.
- Related tasks such as polishing vinyl flooring, installing waterproofing membranes, base installation, trimming door bottoms, and painting concrete wall bases.
- Services for moving furniture and performing work outside normal working hours.
Exclusions: The scope does not cover floor covering work arising from larger building repair/renovation contracts, projects awarded by the U.S. Army Engineering District, Honolulu, or Medical Facilities under Tripler (TAMC).
Contract & Timeline
- Type: Sources Sought (Market Research)
- Duration: Anticipated base year plus three option years.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Response Due: March 13, 2026, 12:00 PM Z
- Published: March 5, 2026, 11:38 PM Z
- Place of Performance: Various Army Installations on Oahu, Hawaii, including Fort Shafter Areas (Fort Shafter, Fort DeRussy, Tripler Army Medical Center (excluding main Medical Bldg.), Aliamanu Military Reservation) and Schofield Barracks Area (Schofield Barracks, East Range & Leilehua Golf Course, Wheeler Army Airfield, Helemano Military Reservation).
Additional Notes
This is for market research purposes only and does not constitute a commitment. The Statement of Work (SOW) is not yet finalized. Responses should be concise and focused on the requested information. Special requirements include worker accreditation, medical surveillance, and ensuring no damage to existing work during performance.