Repair Flooring Student Pilot Housing, Multiple Facilities
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, 47th Contracting Squadron at Laughlin Air Force Base, TX, is conducting a Sources Sought to identify qualified small businesses for flooring repair services in student pilot housing facilities. This is for market research purposes to determine the appropriate acquisition strategy, including potential small business set-asides. Capabilities packages are due by April 22, 2026, at 3:00 PM CDT.
Scope of Work
The requirement involves providing all labor, equipment, and materials for the repair of up to 41 student pilot housing units, each approximately 1,100 sq. ft. The scope includes:
- Removal of existing wooden baseboards.
- Preparation of the existing subfloor.
- Complete installation of new luxury vinyl plank flooring.
- Installation of new vinyl wall base, transition strips, and thresholds.
Contract & Timeline
- Type: Sources Sought (for planning purposes only)
- Anticipated Contract Type: Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- NAICS Code: 238330 (Flooring Contractors)
- Size Standard: $19.0 Million
- Set-Aside: Government is interested in all Small Businesses (8(a), HUBZone, SDVOSB, WOSB, VOSB, general Small Business) to determine potential set-aside.
- Response Due: April 22, 2026, 3:00 PM CDT
- Published: April 14, 2026
Submission Requirements
Interested firms must submit a capabilities package (limited to 5 pages) via email to both listed points of contact. The package should include:
- Company Information: Brief description of business size (annual revenues, employee count) and business status (e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB, Small Business).
- Relevant Experience: Description of similar services for government and commercial clients, including three past performance references with current contact information and contract numbers.
- Teaming & Subcontracting Strategy: Delineate arrangements, anticipated subcontracting percentage, and whether small or large businesses will be used as subcontractors, including previous teaming experience.
Additional Notes
This notice is for information and planning only and does not constitute a commitment by the Government. All contractors must be registered in the System for Award Management (SAM.gov). Future information will be issued via SAM.gov.