S--KIMAMA & ROGERSON GUARD STATIONS FLOORING
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
This opportunity, now designated as an Award Notice (published April 28, 2026), previously sought proposals for flooring work at the Kimama & Rogerson Guard Stations for the Bureau of Land Management (BLM). This was a Total Small Business Set-Aside. Proposals were due by April 2, 2026, and are no longer being accepted.
Scope of Work
The project involved comprehensive flooring services, including the demolition of existing flooring and wall tile, followed by the installation of new carpet, ceramic tile, resilient tile flooring, and resilient base. Work was required at both the Kimama and Rogerson Guard Stations, adhering to detailed specifications and drawings. Specific tasks included mobilization, demolition, ceramic tile installation, resilient base installation, resilient tile installation, and tile carpet installation.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Construction.
- Magnitude of Construction: Estimated between $50,000 and $100,000.
- NAICS Code: 238330 - Flooring Contractors.
- Product Service Code: S214 - Carpet Laying And Cleaning.
- Small Business Size Standard: $19.0 Million.
- Period of Performance: Updated to 04/13/2026 to 06/20/2026.
Submission & Evaluation
The Request for Quotes (RFQ) was issued on or around March 4, 2026. The final proposal submission deadline was extended via Amendment 0001 to Thursday, April 2, 2026, at 10:00 am MDT. Award selection was based on the Lowest Price Acceptable method, considering the responsible contractor whose quote met all solicitation requirements and offered the lowest price. A site visit was conducted on March 18, 2026, with questions and answers subsequently released. Offerors were required to have a Unique Entity ID (UEI) and an active SAM.gov profile.
Set-Aside
This acquisition was a 100% Total Small Business Set-Aside. Only companies qualifying as small businesses under the applicable size standard were considered.
Notes
Detailed floor plans, materials lists, specifications, and visual references (pictures of existing conditions) were provided to assist bidders in understanding the scope and preparing proposals. Prevailing wage rates applied to this project.