Refinishing of Gymnasium Floors
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 Navy, specifically NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the Refinishing of Gymnasium Floors at various Marine Corps installations in Jacksonville, North Carolina. This is a Combined Synopsis/Solicitation for a combination Firm-Fixed Price (FFP) and Infinite Delivery Infinite Quantity (IDIQ) contract. The acquisition is a Total Small Business Set-Aside. Proposals are due by May 21, 2026, at 12:00 PM EST.
Scope of Work
The contractor shall provide all labor, management, supervision, tools, materials, and equipment for comprehensive floor services, primarily focusing on the refinishing and repair of gymnasium floors. Services will be performed at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, Camp Geiger, Camp Johnson, Rifle Range, and Court House Bay. Specific tasks include:
- Cleaning, sanding (minimum three cuts), and applying finishes.
- Repairing split boards and damaged areas.
- Repainting game lines, lettering, and logos to match original specifications, including the Marine Corps emblem.
- Installing new vented cove base.
- Adherence to sport standards (MFMA, AFSFSCL, Group III Finish) and OSHA regulations.
- Use of Commercial Grade Oil Base Polyurethane; water-based finishes are prohibited. Gymnasium floor services for schools are primarily scheduled between June 22 and July 17, 2026, potentially extending to August 15, 2026.
Contract Details
- Contract Type: Combination Firm-Fixed Price (FFP) and Infinite Delivery Infinite Quantity (IDIQ).
- Period of Performance: One (1) base year with four (4) one-year option periods, not to exceed 60 months total.
- Set-Aside: 100% Total Small Business Set-Aside.
- Product Service Code: Z1FB (Maintenance Of Recreational Buildings).
- NAICS: 238330 (Flooring Contractors) with a $19 Million small business size standard.
- Place of Performance: Camp Lejeune, NC and surrounding Marine Corps installations.
Submission & Evaluation
- Proposal Submission: Due by May 21, 2026, 12:00 PM EST, via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Email or facsimile proposals will not be accepted.
- Inquiries: Must be submitted in writing via email by May 6, 2026, to Brandi L. Porche (brandi.l.porche.civ@us.navy.mil) and Lauren F. Loconto (lauren.f.loconto.civ@us.navy.mil).
- Evaluation: Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering Technical Capability/Management, Safety, and Past Performance. An overall "ACCEPTABLE" rating in non-price factors is required.
- Eligibility: Offerors must be registered in SAM.gov with updated Annual Representations and Certifications. UEI, CAGE code, and Federal Tax ID are required with proposals.
Key Requirements & Compliance
Bidders must adhere to the Service Contract Act, with specific wage determinations for Onslow County, NC, including fringe benefits and special pay differentials. Compliance with USACE Safety and Health Requirements (EM 385-1-1) and OSHA (P.L. 91-596) is mandatory. Contractors will be required to submit an "Unscheduled Services Report" monthly and utilize specific forms for invoicing (NAVFAC 7300/30), significant incident reporting (CSIR), motor vehicle accidents, and hazardous material inventory. A detailed Performance Assessment Plan (PAP) and Functional Assessment Plan (FAP) outline how contractor performance will be monitored and evaluated.