Repair Interior B768

Project ID: W50S9B26Q0009 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyDepartment of the Army
Deadline05/27/26
Posted05/07/26
Estimated ValueNot Provided
Set AsideSBA
NAICS238320 - Painting and Wall Covering Contractors
PSCZ2AA - Repair Or Alteration Of Office Buildings
Location165 Sweeney Blvd, Bldg. 768 Hampton, VA 23665 United States
Description
Primary Latest Change

Combined Synopsis/Solicitation

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number W50S9B26Q0009 is issued as a request for quotation (RFQ) for the following requirement: To replace damaged interior finishes and to meet Base Standards. 1. Solicitation Number W50S9B26Q0009 2. Solicitation Date

7 May April 2026

3. Issued By

Virginia Air National Guard

165 Sweeney Blvd, Bldg. 768 Joint Base Langley-Eustis, VA 23665 4. Government Point of Contact (POC) MSgt Orlando Loaiza / Email: orlando.loaiza.1@us.af.mil / Phone: 757-764-7600 5. Response Date

Questions Due

20 May 2026, 1:00 PM EST

Quotes Due

27 May 2026, 1:00 PM EST 6. Classification

NAICS Code

238320 - Painting and Wall Covering Contractors

Size Standard

$19.0 Million - PSC: Z2AA - Repair or Alteration of Office Buildings - This acquisition is a total small business set-aside. 7. Description of Requirement The work described herein includes the furnishing of all materials, equipment, and labor to perform the work as described in the attached Statement of Work (SOW). The purpose of this project is to replace damaged interior finishes and to meet Base Standards. All work shall conform to industry standards. Any deviation from the Manufacturer installation requirements must be approved prior to performing the work on site. 8. Line Items CLIN Description QTY UI

Extended Price

0001** Location A Facility. Move furniture/equipment, demolish and install approximately 2700 SF of carpet tile and 340 LF of wall base, and paint approximately 3100 SF of walls and 5 door frames in FSS Offices. All work is as specified in the attached Statement of Work 1 Job $__________ $___________ OPTION 0002** Location B Facility. Move furniture/equipment, demolish and install approximately 3800 SF of carpet tile, 710 LF of wall base, install 50 LF of chair rail, and paint approximately 6390 SF of walls and 12 door frames in MSG/COMM's Offices. All work is as specified in the attached Statement of Work 1 Job $__________ $___________ **Funds ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. Federal Acquisition Regulation (FAR) clause 52.232-18 is included in the solicitation and will be incorporated into resulting award.*** 9. Period of Performance 60 days from Notice to Proceed (NTP). 10. Site Visit a. A pre-quotation conference will be conducted at 14 May 2026 at 9:00 AM local time for the purpose of briefing the solicitation requirements. This conference will be held at project site at 165 Sweeney Blvd., Bldg.#768 Joint Base Langley-Eustis Hampton, VA 23665. The site visit will immediately follow the conference. b. The clauses at FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Quoters are urged and expected to inspect the site where the work will be performed. c. Due to base security requirements, all quoters must register to attend this conference and site visit no later than 12 May 2026 at 12:00 PM EST. Email the following information for all attendees to the POC(s) above. - Last name, first name, and middle initial. If no middle initial, indicate with "NMI". Use full first and last names as shown on your REAL-ID compliant Government issued identification.

Date of Birth

MM/DD/YR

Driver's License Number and State of Issue

d. If you have existing base access credentials, only the attendee(s)'s name is required to register. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the conference and site visit. This information will be provided to Base Security Forces who will authorize your entrance to the installation. e. Visitors must stop at the installation's visitor center at 11 Nealy Ave, Hampton, VA 23665 and present the identification used to register. You will be required to present your driver's license upon arrival. Ensure you have the following documentation for your vehicle when entering the installation: registration, proof of insurance, and if applicable, rental car agreement. All vehicles entering the installation are subject to random inspection and review of required documentation. Any of the above information furnished by you in protected by the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. f. While the site visit is designed to be interactive, offerors are encouraged to submit all formal questions in writing to the Contracting Officer. Information provided during this conference or site visit shall not modify the terms and conditions of the solicitation; the solicitation remains unchanged unless formally amended in writing. In the event an amendment is issued, standard procedures for the acknowledgment and receipt of solicitation amendments shall apply. As formal meeting minutes will not be recorded, attendance is highly encouraged for all interested quoters. 11. Wage Determination a. The Construction Wage Rate Requirements, formerly known as Davis Bacon Wage Rates, are applicable to this project. Current prevailing wage determination(s) at time of issuance of the solicitation are included in the attachments. The current wage determination(s) at time of award will be incorporated into the contract. 12. Quotation Submission and Requirements Quotes must be submitted electronically to the Point of Contact listed below. Quoters must include pricing for all line items, a completed copy of the provisions and clauses, and required submittal information below. - Technical Narrative that briefly explains how the Contractor intends to meet the Statement of Work (SOW) requirements. This is limited to 10 single-sided pages. - A listing of comparable projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, proof of successful performance, and customer point of contact information. - Price Schedule using the Line Items table in this document or an alternative pricing structure. EXCEPTIONS: If the quoters takes exceptions to any of the requirements specified in the solicitation, the quoter shall clearly identify each exception and include a complete explanation of why the exception was taken and what benefit accrues to the Government. All exceptions to the solicitation requirements and supporting rationale shall be included in an addendum to the quotation and clearly labeled "Exceptions". An addendum is only required if the quoter takes exception to any requirement in the solicitation. The Government will assume a quoter takes no exceptions to any solicitation requirement if the quoter does not submit an addendum identifying exceptions. Quoters are advised that solicitation requirements are not necessarily negotiable and such exceptions may render a quotation unacceptable and ineligible for award. 13. NG Agency Protest Program NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency's Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:

National Guard Bureau

Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2. NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/ Directorate of Acquisitions information for the contracting enterprise is found at https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.aspx 14. Provisions and Clauses Provisions and clauses are referenced within the solicitation's attachment. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov. 15. List of Attachments Attachment 1 - Statement of Work Repair Interior B768 Attachment 2 - Location A Layout Attachment 3 - Location B Layout Attachment 4 - Interior Photographs Attachment 5 - Solicitation Provisions and Clauses Attachment 6 - Wage Determination

Summary (Newest Update)

Background This solicitation is issued by the Virginia Air National Guard, located at Joint Base Langley-Eustis, VA. The purpose of this project is to replace damaged interior finishes and to meet Base Standards. The work will conform to industry standards and any deviations from manufacturer installation requirements must be approved prior to performing the work on site. Work Details The contractor will furnish all materials, equipment, and labor required for the following tasks: 1. For Location 'A' Facility: Move furniture/equipment, demolish approximately 2700 SF of existing carpet and 340 LF of wall base, install new carpet tile and wall base, and paint approximately 3100 SF of walls and 5 door frames. 2. For Location 'B' Facility: Move furniture/equipment, demolish approximately 3800 SF of existing carpet and 710 LF of wall base, install new carpet tile, wall base, and chair rail, and paint approximately 6390 SF of walls and 12 door frames. All work must adhere to the specifications outlined in the attached Statement of Work (SOW). Period of Performance 60 days from Notice to Proceed (NTP). Place of Performance Joint Base Langley-Eustis, Hampton, VA.

Contacts
Contact nameOrlando Loaiza
Contact emailorlando.loaiza.1@us.af.mil
Contact phone(757) 764-7600
Same Region Opportunities

Sole Source Award

Agency: George Mason University [VA]

Location: Virginia

NAICS: Not Provided