NAWCAD Lakehurst Building 562 Room 230 Work Area Build v3
ID: N6833525Q0134Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals from qualified small businesses for the procurement, assembly, and installation of office furniture in Building 562, Room 230 at Joint Base McGuire-Dix-Lakehurst, New Jersey. The project requires a variety of furnishings, including private office suites and collaborative workspaces, to be completed within a 90-day performance period following contract award, adhering to specific installation and safety standards outlined in the Statement of Work. This procurement is critical for enhancing workplace infrastructure and ensuring compliance with federal regulations, with proposals evaluated based on price, technical capability, and past performance. Interested vendors must submit their proposals by the specified deadline and may confirm attendance for a site visit scheduled for March 6, 2025, by contacting Mark Schnittman at mark.a.schnittman.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Contract Data Requirements List (CDRL) for a federal contract, detailing specific data items required for project completion. The two primary data items identified are the "As-Built Drawings in AutoCAD Format" (A001) and the "NMCI and RDT&E Test Certification" (A002). The CDRL specifies that as-built drawings must reflect the actual conditions of the project and be submitted in AutoCAD format, emphasizing the importance of accurate documentation in construction. The second requirement involves testing all network cabling under NMCI and RDT&E specifications, with documentation of successful tests required in both digital and hard copy forms. Both items are categorized under government requirements, signifying their relevance to U.S. Government agencies and contractors, and prioritize detailed, accurate reporting to ensure compliance and safety standards are met throughout the project lifecycle. The document was prepared and approved in June 2024, underlining the standard bureaucratic processes for federal contracting.
    The Naval Air Warfare Center - Aircraft Division (NAWCAD) in Lakehurst requires the procurement, assembly, and installation of furniture for Building 562 Room 230 as specified in the Statement of Work (SOW). The contract will be awarded as a Firm-Fixed-Price, with a performance period of 90 days post-award. A site visit is encouraged but not mandatory, scheduled for March 6, 2025. This RFQ (N6833525Q0134) is exclusively for small businesses under NAICS code 337214, with a maximum of 1,100 employees. Quotes must comply with government regulations and will be evaluated based on price, technical description, and past performance, with a focus on meeting the technical specifications detailed in the SOW. Offerors must provide new equipment covered by manufacturer warranties, and the evaluation will involve a thorough analysis of technical capacity and compliance. Proposal responses must be submitted by a specified deadline, and interested vendors are directed to confirm attendance for the site visit with designated contacts at NAWCAD. The announcement clarifies that no financial obligation is incurred unless a contract is executed.
    This document outlines a list of items and services required under a federal procurement initiative, detailed through specific Contract Line Item Numbers (CLINs). It includes various products such as the Global Zira Laminate Suite, Global LED Desk Lamp, chairs, storage solutions, and specialized equipment like collaborative whiteboard carts. The file also encompasses project-related services, including design, project management, data and electrical work, and installation. Each item is noted with quantity requirements but lacks specified unit and total prices. The primary purpose of this document is to support a Request for Proposal (RFP) process, showcasing detailed specifications of furniture and associated services needed for government or state and local projects. It serves as a critical element in facilitating procurement decisions and potential contractor selections, reflecting the government's priorities towards enhancing workplace and public infrastructure through careful sourcing of necessary materials and services. This structured approach enables transparent bidding and aligns with regulations guiding federal expenditures.
    The Statement of Work (SOW) outlines the requirements for the installation of office furniture in Building 562, Room 230 at Joint Base McGuire-Dix-Lakehurst, NJ. The project includes the procurement, assembly, and delivery of various items, such as private office suites, lab work areas, collaboration sets, and other furnishings, with specific installation standards to be met. Contractors must comply with federal and local regulations, ensuring safety and environmental protections throughout the project. Proposals must include pricing confirmations, past performance references, furniture plans, cost breakdowns, and a detailed schedule. The work is to be performed during standard business hours, with a completion timeline of 90 days after contract award. All installations must follow the specified cabling and electrical standards, and include environmentally conscious waste management. Final documentation must include as-built drawings and compliance with warranty conditions for all materials. The document's purpose is to solicit proposals from qualified contractors for the successful completion of the office fit-out while adhering to stringent quality and regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Relocatable Office Building
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking proposals for the procurement of a relocatable office building. This presolicitation opportunity falls under the NAICS code 532490, which pertains to Other Commercial and Industrial Machinery and Equipment Rental and Leasing, and is classified under the PSC code 5410 for Prefabricated and Portable Buildings. The relocatable office building is intended to support operations at Joint Base MDL in New Jersey, highlighting the importance of flexible and efficient workspace solutions for military functions. Interested vendors should reach out to Andrew J. Kolpack at andrew.j.kolpack.civ@us.navy.mil for further details regarding the procurement process.
    Executive Office Furniture
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of executive office furniture under Requisition Number FA301625Q0053, with a focus on supporting Women-Owned Small Businesses (WOSB). The contract encompasses the delivery, installation, and removal of various office furniture items, including mid-back swivel chairs, high-back executive swivel chairs, lounge sofas, and guest chairs, all adhering to specified fabric and color requirements. This procurement is critical for enhancing the operational readiness and comfort of personnel at the 688th Cyberspace Wing, with a final delivery date set for March 14, 2025. Interested vendors can reach out to Christopher Maier at christopher.maier.3@us.af.mil or call 210-671-0133 for further details and to ensure compliance with the outlined specifications and deadlines.
    Executive Suite Furniture Install - Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Air Force, is soliciting proposals for the procurement and installation of executive suite furniture at Eglin Air Force Base, Florida. This opportunity is set aside for small businesses, particularly those owned by women, and aims to fulfill the furniture needs of the 96th Civil Engineering Group, with a focus on compliance with federal regulations and GSA-approved standards. The project requires the contractor to deliver and install specified furniture items within 30 calendar days from the award date, ensuring adherence to security protocols and site inspection requirements. Interested vendors should contact Andrew Adams at andrew.adams.38@us.af.mil or Rick Porter at rick.porter.1@us.af.mil for further details regarding the solicitation identified as FA282325Q0018.
    F/A-18 Aircraft Maintenance Stand, Full-Wrap
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.
    ODR Front Furniture
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 319th Contracting Squadron, is seeking quotations for front furniture items to be delivered and installed at Grand Forks Air Force Base in North Dakota. The procurement includes a slat display wall, back counters, a resale display cabinet, and a customer counter, all aimed at enhancing the functionality and aesthetics of the customer service area within the Outdoor Recreation project. This initiative is part of a broader effort to optimize workspace and improve customer experience in government facilities, with a focus on compliance with federal regulations and standards. Interested small businesses must submit their quotes by March 7, 2025, and ensure they are registered in the System for Award Management (SAM) for invoicing purposes; all proposals must remain valid until at least October 1, 2025. For further inquiries, potential contractors can contact SrA Nia Womack at nia.womack@us.af.mil or SSgt Jacob Wood at jacob.wood.4@us.af.mil.
    Building Supply
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
    REACT Relocatable Modular
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is seeking qualified small businesses to provide design, fabrication, installation, and testing services for a relocatable modular facility under the solicitation N6893624Q0259. The project aims to construct a facility compliant with Intelligence Community Directive (ICD) 705, ensuring high standards for security and operational functionality, including specific requirements for electronic security systems and radio frequency shielding. This procurement is critical for enhancing the Navy's capabilities at Point Mugu, California, with a focus on timely delivery and adherence to federal regulations. Interested contractors must submit their quotes by January 24, 2025, and can direct inquiries to Theresa Lee at seunghwa.t.lee.civ@us.navy.mil or by phone at 760-608-6780.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard base in Florida. This project, set aside exclusively for small businesses, aims to enhance military capabilities by constructing a facility that includes a Weapons Loading Training Hangar and Weapons Release Systems Shop, with an estimated contract value between $10 million and $25 million. The procurement process emphasizes compliance with federal regulations and requires bidders to submit detailed proposals, including specific documentation and a bid guarantee, by March 20, 2025. Interested contractors should direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405, and must attend a mandatory pre-bid conference and site visit scheduled for February 26, 2025.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.