PSNS IDIQ FURNITURE
ID: SPMYM225Q0192Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

OFFICE FURNITURE (7110)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency Maritime - Puget Sound, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of office furniture and installation services under solicitation number SPMYM225Q0192. The contract aims to modernize office environments at the Puget Sound Naval Shipyard by providing a range of office furniture, including workstations, conference tables, and storage solutions, while ensuring compliance with ergonomic, aesthetic, and technical standards. This initiative is crucial for enhancing operational efficiency and safety within the naval base, with a total estimated contract value between $1 million and $10 million over a five-year period, from May 2024 to April 2029. Interested vendors, particularly those from Historically Underutilized Business (HUBZone) backgrounds, should contact Lina Cruz at Lina.1.Cruz@DLA.MIL or call 360-813-9267 for further details, with proposals due by February 4, 2025.

Point(s) of Contact
LINA CRUZ
(360) 813-9267
(360) 476-4121
LINA.1.CRUZ@DLA.MIL
Files
Title
Posted
Jan 16, 2025, 2:04 AM UTC
The file outlines the requirements for a Furniture IDIQ Contract at the Puget Sound Naval Shipyard & Intermediate Maintenance Facility. It provides a comprehensive listing of Contract Line Item Numbers (CLINs) detailing various types of office furniture and related services, including different systems of furniture (e.g., monolithic and tile/frame systems), office setups (veneer and laminate), conference tables, seating options, demountable walls, flooring, and additional services such as painting, data wiring, and electrical support. Each CLIN specifies the dimensions, materials, color options, and construction standards needed. The document is structured to facilitate bid submissions for federal contracts, emphasizing compliance with acoustic and electrical standards. It indicates that contractors must include design, project management, installation, and removal of existing products in their proposals, underlining the project’s comprehensive nature. This initiative is essential to modernize and optimize office environments in line with Naval operational needs, ensuring functional, aesthetic, and compliance-centric workspace solutions. The detailed specifications foster transparency and guide contractors in delivering requisite products that meet military standards.
Jan 16, 2025, 2:04 AM UTC
The document outlines the Statement of Work for an Indefinite Delivery Indefinite Quantity (IDIQ) contract regarding furniture procurement and management services for the Puget Sound Naval Shipyard & Intermediate Maintenance Facility. The primary goal is to engage a GSA SBA HUBZone business, specifically recommending SCS Worldwide to ensure compatibility with existing office furnishings. The contractor will oversee delivery orders, which may include project management, space design, furniture ordering, and installation of new items while ensuring compliance with safety and security protocols. The contract spans five years, from May 2024 to April 2029, with a total estimated value between $1 million and $10 million. Orders will have a minimum of $1,000 and a maximum of $10 million, executed through the DLA/Navy Procurement Center. Lead times for deliveries vary depending on the type of furniture, and the contractor must comply with government safety and security guidelines, including personnel identification and vehicle access regulations. Regular reviews and performance standards ensure adherence to requirements and satisfactory service delivery, with penalties for non-compliance. This contract aims to enhance the operational environment at Naval Base Kitsap while prioritizing safety, security, and efficient resource management.
Jan 16, 2025, 2:04 AM UTC
The document outlines a federal Request for Proposal (RFP) for the procurement of office furniture and installation services under solicitation number SPMYM225Q0192, due on February 4, 2025. The contract includes various categories of office furniture, such as individual workstations, conference tables, and storage solutions, to be delivered to Puget Sound Naval Shipyard. The specifications detail the materials, dimensions, and functionalities required for the furniture items, ensuring compliance with ergonomic, aesthetic, and technical standards. Key provisions include performance expectations for durable, customizable furniture configurations and specific installation and project management requirements. Additionally, it mandates adherence to information security measures, particularly regarding the handling of covered defense information and incident reporting in case of cyber incidents per DFARS regulations. The contract stipulates that the vendors must also facilitate seamless electronic invoicing and ensure personnel safety through the Defense Biometric Identification System for base access. Overall, the RFP aims to modernize office environments while ensuring security and compliance with federal regulations, particularly emphasizing the role of small, service-disabled, and veteran-owned businesses in fulfilling the contract.
Lifecycle
Title
Type
PSNS IDIQ FURNITURE
Currently viewing
Special Notice
Similar Opportunities
Shipboard Recreational Furniture
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide shipboard recreational furniture under a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to support the U.S. Navy's Shipboard Habitability Improvement Program by supplying various types of recreational furniture that meet specific military and commercial specifications, including fire performance standards and quality management protocols. This initiative is crucial for enhancing the living conditions aboard naval vessels, ensuring that personnel have access to appropriate recreational facilities. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Robert Seth Harrell at robert.s.harrell15.civ@us.navy.mil or Joseph Frech at joseph.l.frech.civ@us.navy.mil, with questions due by 0900 EST on March 25, 2025.
FURNITURE
Buyer not available
The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide new furniture as outlined in the attached Statement of Work (SOW). This procurement is part of a Combined Synopsis/Solicitation process, utilizing Simplified Acquisition Procedures (SAP) under FAR Part 13, and is set aside exclusively for small businesses. The furniture is essential for various operational needs within the Navy, ensuring that all items are new, as refurbished or used parts will not be accepted. Interested vendors should direct inquiries to Erica Crandall at erica.collins1@navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil, with the RFQ number N5005425Q0270 available on SAM.gov and PIEE. The solicitation is currently open, and no paper copies will be distributed.
25-SIMACQ-D30-0022 TLC Classroom Furniture
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals from qualified vendors for the procurement of TLC Classroom Furniture under solicitation number N6339425Q40020002. The requirements include height-adjustable training tables, laminate lecterns, task chairs, and podiums, with specific quantities outlined for each item, and the flexibility to propose alternate items that meet the specified criteria. This procurement is crucial for equipping educational facilities with essential furniture, supporting the Navy's training and operational needs. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their quotes via email by April 17, 2025, and can direct inquiries to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 745,185 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to support the Shipyard Infrastructure Optimization Plan (SIOP) by addressing the growing operational space requirements during infrastructure upgrades, accommodating up to 889 personnel. The selected facilities must comply with federal, state, and local building codes, ensuring safety and environmental standards are met, with a preference for energy-efficient designs. Interested offerors must submit their proposals by May 26, 2025, and direct any inquiries to Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
Office Furniture
Buyer not available
The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is seeking proposals for the procurement of new office furniture. This solicitation aims to fulfill the requirements for office furniture manufacturing, categorized under NAICS code 337214 and PSC code 7110. The procurement is essential for maintaining functional and efficient workspaces within the Navy's operational facilities. Interested vendors can reach out to Pasquale Stile at 00390815682437 Ext: 2437 or via email at pasquale.stile.ln@us.navy.mil for further details regarding the submission process and timelines.
***Amendment***Removal of Storage, Flooring and Furniture
Buyer not available
The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for the removal of high-density storage units, raised flooring, and old furniture from Building 108 at the Washington Navy Yard. The procurement aims to ensure the comprehensive removal, transportation, and disposal of these items, requiring contractors to provide a detailed removal plan and adhere to safety and environmental regulations. This contract is crucial for maintaining operational efficiency and compliance with federal standards, with a performance period set from April 21 to August 20, 2025. Interested contractors must submit their quotes by 2:00 PM EST on April 14, 2025, and can direct inquiries to Shere Reese or Cody Witz via their provided email addresses.
Office Furniture
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide office furniture, including removal, furnishing, and installation services, through a Combined Synopsis/Solicitation. This procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local and small-scale enterprises in fulfilling government contracts. The office furniture is essential for maintaining functional and efficient workspaces within military facilities. Interested vendors can reach out to Kevin Nelson at kevin.a.nelson.civ@army.mil or call 502-898-2418, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation process.
Command Post Battle Staff Conference Table
Buyer not available
The Department of Defense, through the U.S. Air Force's 92d Contracting Squadron, is seeking small businesses to provide a custom battle staff conference table and three executive-style chairs for the 92 Air Refueling Wing's Command Post at Fairchild Air Force Base in Washington. The contractor will be responsible for the procurement, delivery, and installation of the furniture, ensuring compliance with specific design and functional requirements, including electrical and cable management provisions, as outlined in the Statement of Work. This procurement is crucial for enhancing the functionality and professional appearance of the Command Post, particularly amidst ongoing renovations. Quotes are due by April 29, 2025, and interested parties must be registered in the System for Award Management (SAM) to be eligible. For further inquiries, contact Brandon Teague at brandon.teague.1@us.af.mil or Mikeeli C. Hanson at mikeeli.hanson.1@us.af.mil.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels and the installation of new stainless steel access panels, with a focus on safety, quality compliance, and environmental responsibility. The contract is set aside exclusively for small businesses, with an estimated value between $25,000 and $100,000, and is anticipated to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit inquiries to Michelle Farrales or James Wasson via email for further clarification on the solicitation requirements.
Berthing Barge Type II Lockers
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the procurement of Berthing Barge Type II Lockers to support the Ship Repair Facility-Joint Regional Maintenance Center (SRF-JRMC) located in Yokosuka, Japan. This procurement aims to secure a Firm Fixed-Price Supply type contract, with specific requirements for modular berths and lockers, and emphasizes the importance of compliance with delivery, packaging, and inspection standards. The successful contractor will be responsible for ensuring timely delivery by September 30, 2025, and must be registered with the System for Award Management (SAM) to qualify for government awards. Interested parties should submit their proposals by 10:00 AM on April 14, 2025, and direct any inquiries to Zoe Sarto at zoe.m.sarto.civ@us.navy.mil.