Furniture Reconfiguration
ID: N0017826Q6611Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

INSTALLATION OF EQUIPMENT- FURNITURE (N071)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the reconfiguration of office furniture in Building 1450T, Room 116. The project involves the design, breakdown, and installation of 22 cubicle workstations, along with a storage/copy area, requiring compliance with specific design and security standards, including TAA compliance and authorized reseller verification. This procurement is crucial for creating a functional and secure workspace, with a firm-fixed-price contract anticipated to be awarded by November 24, 2025. Interested vendors must submit their quotes by October 31, 2025, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.

    Files
    Title
    Posted
    The government's responses to bidder questions clarify various aspects of a cubicle workstation and storage/copy area procurement. Key clarifications include specific panel height distributions: 42-inch panels for storage cabinets, 84-inch panels where cubicles abut existing walls, and 66-inch panels elsewhere. The government allows reasonable flexibility in panel heights, accepting standard manufacturer sizes like HON's 42-inch, 65-inch, and 80-inch options. Mobile 3-drawer pedestals are required, and office pods are not acceptable for the 22 cubicles. Bidders can propose any TAA-compliant, OEM-supported cubicle/workstation system that meets SOW specifications, as the government prioritizes cost-effectiveness over specific brands. Room dimensions were estimated, and a CAD file can be provided post-award. Laminate samples will be reviewed and approved by the government from the manufacturer's standard range. Delivery is requested as soon as possible after contract award.
    This document outlines the requirements for a federal government Request for Proposal (RFP) focusing on office furniture and configurations. The core of the RFP details specifications for 22 cubicles, each measuring 6' x 6' with a medium gray color and black frame. Key components for each cubicle include a corner work surface, return surfaces, surface cantilevers, a 36" wide shelf, a 36" wide flipper cabinet with a locking door, a task light, and a locking three-drawer pedestal. A crucial security requirement mandates that pedestals and flipper overheads within each station are keyed alike, but all stations must be keyed differently. The RFP also specifies tackable fabric panels in various heights and electrical raceways with multiple duplex outlets, base feeds, and ceiling feeds. Additionally, the RFP includes requirements for a storage/copy area featuring flipper cabinets and a hinged door storage cabinet. All cabinets in the storage/copy area must be keyed alike but differently from the cubicles. A critical overarching requirement is that all quoted items must be TAA compliant, and the vendor must be an authorized reseller. This RFP aims to procure standardized, secure, and compliant office furniture solutions.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) requires a contractor to reconfigure Building 1450T, Room 116. This project involves providing labor and materials for the breakdown, removal, and disposal of existing furniture, and the setup and installation of new workspace office furniture. The contractor will design and install twenty-two 6'x6' cubicle workstations, each with specific components like work surfaces, shelving, cabinets, task lights, and locking pedestals. Additionally, a 2'x8' storage/copy area with cabinets will be installed. The contractor is responsible for assembling government-provided office chairs, disposing of packaging materials, and protecting government property. All work must comply with OSHA, ANSI BIFMA, and CDC guidelines, with used materials subject to government approval. Work will be performed during normal business hours, Monday through Friday, 0800-1600.
    This government solicitation, N0017826Q6611, is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to reconfigure furniture at NSWC Dahlgren. The project involves design, breakdown, and installation of 22 workstations and a coffee/copy/storage area. Key terms include a firm-fixed-price arrangement for each item, a performance period from October 27, 2025, to November 27, 2025, and specific invoicing instructions through the Wide Area WorkFlow (WAWF) system. The document outlines various FAR and DFARS clauses, including those related to commercial item terms, data rights, safeguarding contractor information systems, and small business program requirements. It also details inspection, acceptance, and delivery procedures, emphasizing adherence to federal regulations and commercial warranties.
    Lifecycle
    Title
    Type
    Furniture Reconfiguration
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    Office Furniture (Except Wood) Manufacturing
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for the manufacturing of office furniture (except wood). This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be awarded BPAs to provide goods on an as-needed basis, with no formal Request for Proposal being issued, and individual orders not exceeding $250,000. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the synopsis number N6833525Q0321 in the subject line.
    Workstations
    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 workstations as outlined in the attached Statement of Work (SOW). The procurement is for new commercial items, with a strict requirement that no refurbished or used parts will be accepted. These workstations are critical for shipbuilding and repairing operations, ensuring that the Navy maintains its operational readiness and efficiency. Interested vendors should note that this opportunity is a Total Small Business Set-Aside, and they can find the solicitation details under RFQ number N5005426Q0046 on the System for Award Management (SAM) or Procurement Integrated Enterprise Environment (PIEE) websites. For further inquiries, potential bidders can contact Erica Crandall at erica.collins1@navy.mil or by phone at 4000779.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    71--SHELVING,STORAGE AN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shelving and storage units, specifically NSN 7125016308730. The requirement includes a quantity of 16 units to be delivered to DLA Distribution within 147 days after order placement, with the approved source identified as 29381 D06-TPGD-80C1-(3). These shelving units are crucial for efficient storage solutions within military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    20--TILE 24 X24 INCH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 2,000 units of 24 x 24 inch tiles, identified by NSN 2090 016160268 ST. The procurement requires engineering source approval to ensure the quality of the part, necessitating that all suppliers demonstrate existing unique design capabilities and manufacturing knowledge. These tiles are critical components for naval applications, and the contract will be awarded on a firm-fixed-price basis, with a due date for offers set for December 31, 2025. Interested vendors must submit their quotes via email to Alison Bruker at alison.n.bruker.civ@us.navy.mil, and must possess a valid U.S. security clearance due to the classified nature of the associated documents.
    20--TILE,BLANK,24X36
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 7,500 units of TILE, BLANK, 24X36, under solicitation N00104-25-R-XXXX. This contract requires the contractor to manufacture and deliver tiles that meet specific design and quality standards, including compliance with MIL-I-45208 and the provision of a Certificate of Conformance for each item. The tiles are critical components used in naval applications, emphasizing the importance of quality and adherence to military specifications. Interested contractors must have a valid U.S. security clearance and are required to submit their proposals by the revised deadline of November 7, 2025. For further inquiries, potential bidders can contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    61--MISSION CREW WORKST, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of mission crew workstations, identified by NSN 7R-6130-015855292-P8, with a quantity of 89 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, meaning that only approved sources with the requisite design capability and manufacturing knowledge will be considered for the contract. Interested parties must submit detailed information regarding their qualifications and experience, as well as comply with the Source Approval Information Brochures provided by NAVSUP WSS, to be eligible for consideration. Proposals must be submitted within 45 days of this notice, and any inquiries can be directed to Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI.CIV@US.NAVY.MIL.