Furnishing Management Services
ID: FA465925QM004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4659 319 CONS PKGRAND FORKS AFB, ND, 58201, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Furnishing Management Office (FMO) Services at Grand Forks Air Force Base in North Dakota. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to manage furnishings for dormitories and the fire department, including budgeting, inventory management, and maintenance tasks. This procurement is crucial for ensuring operational efficiency and quality service delivery within military housing facilities. Interested vendors must submit their quotes by April 7, 2025, and are encouraged to attend a site visit on March 11, 2025, for further details. For inquiries, potential bidders can contact SSgt Timothy Yoshihara at timothy.yoshihara@us.af.mil or Melissa Pearce at melissa.pearce.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the management services required at Grand Forks Air Force Base's Furnishings Management Office for dormitories and the Fire Department. The contractor is responsible for providing personnel, equipment, and services to manage furniture including delivery, assembly, repair, and inventory. Key tasks include maintaining records through Enterprise Military Housing (eMH), executing Change of Occupancy Maintenance (COM), conducting annual inventories, and ensuring the proper disposal of unserviceable furnishings. The PWS specifies performance objectives, with thresholds for defects indicating satisfactory service levels. It emphasizes compliance with Air Force regulations, safety protocols, and record management standards. The contractor must report labor hours and submit invoices for reimbursable materials with only approved supplies used for any modifications. Access to facilities and employee conduct are outlined, including anti-terrorism training and security measures. Additionally, the document describes the government support provided to the contractor, including infrastructure and necessary utilities. Overall, the PWS establishes the framework for efficient operations in furnishing management while ensuring adherence to compliance, quality, and safety standards specific to military installations.
    The Performance Work Statement (PWS) details the management services required for the Furnishings Management Office at Grand Forks Air Force Base, North Dakota. The contractor is tasked with operating and managing furnishings for dormitories and the Fire Department, which includes budgeting, issuing, storing, and maintaining furniture. Key responsibilities include conducting annual inventories, assembling and disassembling furnishings, performing minor maintenance, and executing Change of Occupancy Maintenance (COM) for dormitory rooms. The contractor must adhere to strict quality control measures, aiming for minimal defects in service provision, where specific performance thresholds are established. Compensation mechanisms are outlined, requiring detailed documentation and evaluation for reimbursable materials. The document emphasizes a commitment to compliance with safety regulations, records management, and environmental standards. Additionally, it mandates participation in anti-terrorism training and the safeguarding of government property. Overall, this comprehensive service agreement reflects the government’s commitment to operational efficiency and accountability in managing essential furnishings services at the base.
    The document outlines the format for submitting a past performance list of references for federal government Request for Proposals (RFPs) and grants. It requests detailed information regarding previous contracts, including contract number, work performed, contracting agency, contact details, and financial values. The structure includes two pages: the first page focuses on contract details such as descriptions of work performed, contract periods, and total contract values. The second page caters to subcontractors, affiliates, or joint ventures involved, prompting details on their contributions, such as task descriptions and financial splits. This information is critical for evaluating the capabilities and reliability of an organization when bidding for federal projects, emphasizing the agency's need for accountability and thorough documentation of past work. It plays a significant role in the competitive bidding process, ensuring potential contractors demonstrate their experience and partnership strategies effectively.
    The document FA465925QM001 outlines various federal contracting clauses incorporated by reference for government RFPs (Requests for Proposals) related to the procurement of services and products. It includes a mix of standard clauses addressing contractual requirements, compliance, and performance standards that suppliers must follow. Key topics include the roles of contracting officer representatives, compensation disclosures related to former defense officials, requirements for safeguarding sensitive information, and prohibitions regarding certain telecommunications equipment. Additionally, it specifies terms related to payment procedures, electronic submissions, and detail the contractor's responsibility for maintaining ethical standards, including whistleblower protections. The document serves to ensure that contractors are aware of and adhere to federal regulations and compliance mandates, thereby protecting the government's interests and enhancing operational integrity. It reflects the government’s commitment to promoting fair competition, ethical business practices, small business participation, and compliance with environmental standards. The comprehensive list of clauses illustrates the framework for a transparent and accountable contracting process within federal acquisitions.
    The Department of the Air Force's 319th Contracting Squadron is soliciting quotes for Furnishing Management Office (FMO) Services at Grand Forks Air Force Base, ND. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside solicitation under RFQ number FA465925Q0004. The contractor will be tasked with providing personnel, equipment, and materials to operate the FMO, which includes managing furnishings for dormitories and a fire department. The contract spans a base year from May 1, 2025, to October 31, 2025, with four optional renewal years extending to 2029. Offerors must submit quotes by March 27, 2025, include detailed pricing for various service line items (CLINs), and demonstrate their past performance. Key evaluation factors include price reasonableness and past performance rating. Vendors must also be registered in the System for Award Management (SAM) and must adhere to payment processing via Wide Area Workflow (WAWF). The document outlines the submission process, evaluation criteria, and mandatory requirements for companies to be deemed compliant. This solicitation exemplifies federal procurement practices aimed at ensuring competitive bidding and inclusion of veteran-owned businesses in government contracts.
    The Department of the Air Force is soliciting quotes for Furnishing Management Office (FMO) Services at Grand Forks Air Force Base, North Dakota, specifically for the 319th Civil Engineer Squadron. This request is designated as a Service-Disabled Veteran-Owned Small Business Set-Aside. Interested vendors must submit written quotes by April 3, 2025, referencing RFQ number FA465925QM004. The contract duration includes a base year from May 1, 2025, to October 31, 2025, followed by four optional years. The services required will support the dormitories and fire department, including managing furnishings, budget preparation, and maintenance services. Quotes must include pricing for specified months across various contract line items, as well as registration verification with the System for Award Management (SAM) and compliance with invoicing protocols through Wide Area Workflow (WAWF). A site visit is scheduled for March 11, 2025, for interested bidders. The evaluation will focus on total evaluated price and past performance, with a clear preference for offers that demonstrate compliance with federal contracting regulations. Overall, the intent of the solicitation is to secure efficient FMO services that maintain operational standards and support the mission at Grand Forks AFB.
    The Department of the Air Force, 319th Contracting Squadron, is soliciting quotes for Furnishing Management Office (FMO) Services at Grand Forks Air Force Base, North Dakota. This combined synopsis/solicitation, issued on March 25, 2025, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring quotes by April 7, 2025. The contract encompasses a base period from May 1, 2025, through October 31, 2025, with four option years extending to October 29, 2029. Services include operating the FMO for dormitories and the fire department, managing furnishings, and performing maintenance. Interested vendors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF). The evaluation will focus on total price and past performance, ensuring compliance with the solicitation requirements. A site visit is scheduled for March 11, 2025, to discuss particulars. Quotations must adhere to specific guidelines, including unit pricing inclusive of all costs, and must remain valid for 90 days. This solicitation reflects the Air Force's commitment to quality service procurement while supporting small businesses, particularly those owned by service-disabled veterans.
    The document outlines the questions and answers regarding the Request for Proposal (RFP) FA465925QM004 for furnishing management office services at Minot Air Force Base. It confirms that D2 Government Solutions LLC was the incumbent contractor on the previous contract (FA465924P0003) valued at $282,942. Changes in minimum wage policies and the contract specifics, including responsibilities for service delivery, furniture assembly, and maintenance procedures, are clarified. The contractor will not deliver items to the Defense Reutilization and Marketing Office (DRMO) and must handle appliance disposal in compliance with EPA regulations. The document also details key operational parameters, including contract requirements for inventory management, response times for maintenance, staffing requirements, and billing processes. The information presented serves to streamline contractor responsibilities and expectations while ensuring compliance with government and environmental regulations in the managing of dormitory facilities. This summary reflects essential information pertinent to prospective bidders on federal contracts within the government procurement process.
    The document outlines a Request for Proposal (RFP) regarding the provision of Management Office Services for military dormitories. It addresses various questions from potential contractors about the existing framework, requirements, and clarifications regarding the contract. Key points include that the incumbent contractor is D2 Government Solutions LLC, with the previous contract number noted. The government confirms that recent wage determinations will take precedence following the rescission of a federal minimum wage executive order. Details such as maintenance tasks for the Fire Department, inventory access, the contractor’s responsibilities for furniture assembly, and the protocol for Change of Occupancy Maintenance (COM) are outlined. The contractor is expected to manage numerous tasks including but not limited to furniture and appliance installations, minor maintenance reports, and maintaining inventory accuracy. Furthermore, the document notes that full access to existing military housing inventory systems will be granted to the awarded contractor. In summary, this document serves as a comprehensive guide for bidders assessing this contract, clarifying requirements and expectations while ensuring compliance with military standards and regulations within the scope of the RFP process.
    The document appears to be associated with Ms. Carri Molstad from the 319th Civil Engineering Squadron (CES) in the U.S. Air Force. It includes her contact information, including a phone number and an email address, along with a digital signature confirming the authenticity of the document dated March 24, 2025. While the specific content or purpose of the communication is not detailed within the provided text, it likely pertains to federal operations or inquiries related to government contracting or grants, given the context of RFPs and engagement with federal entities. The presence of official contact data and a digital signature indicates this document could be relevant to formal requests or communications regarding project management or operational logistics within the federal framework.
    The 319th Contracting Squadron at Grand Forks AFB, North Dakota, has issued a Sources Sought notice to conduct market research for Furnishings Management Office (FMO) Services. This notice aims to identify businesses capable of offering various facilities support services, including management, operations of furnishings, budget preparation, and inventory management in compliance with Air Force regulations. Firms responding must provide a Capabilities Package detailing their qualifications and relevant past experience, emphasizing compliance with the Draft Performance Work Statement (PWS). Additional requirements include maintaining government furnishings, conducting inspections and maintenance during contract performance, and participating in safety and security protocols. The government aims to determine procurement methods based on responses and may set aside the contract for small businesses. Interested parties are invited to submit proposals by January 20, 2025, ensuring detailed documentation to illustrate their proficiency in the specified services. This initiative underscores the government's commitment to effective facility management while promoting participation from diverse business entities in the federal contracting space.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Dome Maintenance Minot AFB
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron at Minot Air Force Base (AFB), is soliciting proposals for preventative maintenance and repair services for the Air-Supported Dome, also known as "The Dome." The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, and supervision to ensure the operational integrity of critical systems, including inflation, generators, HVAC, and lighting, as outlined in the attached performance work statement. This contract is set aside for 100% small business concerns under NAICS code 811310, with a firm-fixed-price award anticipated for a performance period from January 31, 2026, to January 30, 2032. Interested parties must submit their quotes by January 5, 2026, and are encouraged to contact SrA Francesco Haydo at francesco.haydo@us.af.mil or 701-723-2892 for further information.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Facilities Other Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Facilities Other Maintenance (FOM) program at Hill Air Force Base in Utah. This procurement aims to enhance aircraft asset management and minimize mechanic downtime through the implementation of the Overhead Production Support-Facilitate Other Maintenance (OPS-FOM) program, which will operate under the existing Operations Facilities Support (OPS) contract (FA8224-23-D-0001) via task orders. The initiative is part of a broader effort to improve operational efficiency and financial predictability, transitioning to an organic workforce within 18 to 24 months. Interested parties can contact Shelly Bachison at shelly.bachison@us.af.mil or by phone at 801-586-8606 for further details.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    FF&E Warehouse Furniture
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of furniture for four offices located at Baza 71 Aeriana Str, Campia Turzii, Romania. The requirement includes specific items detailed in Attachment 2 – Salient Characteristics, with all items being brand name or equal, and a need date set for May 1, 2026. This procurement is crucial for ensuring that the offices are adequately furnished to support operational efficiency. Interested vendors must submit their quotes by December 19, 2025, no later than 1500 EST, to the Contracting Officer, 1st Lt Ali Elyousfi, at ali.elyousfi.2@us.af.mil, with quotes remaining valid for 90 days post-submission.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.