Luke AFB - Furniture, Fixtures and Equipment (FF&E)
ID: FA488724R0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4887 56 CONS CCLUKE AFB, AZ, 85309-1217, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the procurement of furniture, fixtures, and equipment (FF&E) for Building 840 at Luke Air Force Base. The contract encompasses the supply, delivery, and installation of various furniture and appliances, with a focus on meeting specific military standards and operational needs. This initiative is crucial for furnishing a facility that supports the 312th Fighter Squadron, ensuring a functional and comfortable environment for personnel. Interested vendors must submit their proposals via email by September 19, 2024, and are required to attend a mandatory pre-proposal site visit on August 16, 2024. For further inquiries, contact SSgt Zachary Farel at zachary.farel@us.af.mil or TSgt Terrel Cloud at terrel.cloud@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Eagle Eyes Program," designed to identify and report suspicious activities that may threaten Department of Defense (DoD) personnel and facilities. It categorizes suspicious behaviors into several key areas, including unauthorized training acquisition, attempted intrusions, eliciting sensitive information, expressed threats, unusual surveillance, and theft. Each category provides examples of behaviors that could indicate a potential threat, urging individuals to report such observations through security channels. Additionally, the document emphasizes the importance of community vigilance in recognizing and reporting suspicious activities using theSALUTE mnemonic to guide detailed reporting. The "Giant Voice" system is also introduced as a method for mass notification in emergencies, reinforcing its role in keeping military personnel informed during threats or disasters. Overall, the summary highlights the program's focus on safety and proactive measures to protect DoD assets and personnel.
    The document outlines the Request for Proposals (RFP) for furniture and appliances to be supplied for various offices and rooms within Building 840 at Luke Air Force Base. It specifies the types of furniture required, including desks, chairs, tables, and appliances across multiple designated areas such as offices, briefing rooms, and lounges. Contractors are instructed to provide Grade 2 commercial/office furniture, with specific quantities listed for each type, including examples like office chairs, desks of various styles, and multiple appliances such as refrigerators and microwaves. Color and finish choices will be finalized post-award. This detailed breakdown serves to assist contractors in understanding the requirements for furnishing the facility as part of the federal procurement process, ensuring compliance with quality standards and functional needs.
    The B840 Belgian Beddown Project aims to furnish Building 840 at Luke Air Force Base with durable and high-quality furniture for the 312th Fighter Squadron, ensuring a comfortable and functional environment. The scope includes delivery and installation of furniture for various areas, including briefing rooms, administrative offices, common areas, and a heritage room designed with a specific Belgian theme. The contractor is responsible for detailed design layouts, product specifications, and complete installation, ensuring the cohesion of design and compliance with military standards. The project must commence by November 11, 2024, with final installation by December 30, 2024. Deliverables include a detailed furniture plan, a list of items, a timeline for installation, and warranty information. The contractor must maintain a clean workspace, rectify any installation discrepancies at their expense, and ensure minimal disruption during the installation period. Acceptance of completed work will be carried out by a government representative, with base access requirements established for the installation crew. This RFP outlines the requirements and expectations for furnishing a crucial military facility, illustrating the government's commitment to providing suitable operational environments while adhering to stringent military and safety standards.
    The document appears to be an architectural or spatial layout diagram for a facility or operation center, designating various offices, rooms, and functional areas with specific designations (e.g., AF-307, AF-306). It outlines the arrangement of spaces such as your private offices, storage rooms, production areas, hallways, lounges, restrooms, and debriefing rooms. The layout reflects a highly structured environment, possibly related to military or governmental operations, emphasizing functionality and security within the workspace. Specific designations indicate areas for specific operations (like flight offices or weapons offices) suggesting the facility's multifaceted usage and operational preparedness. While the document lacks detailed descriptions, the numbering and abbreviations imply a comprehensive internal system likely intended for operational efficiency and safety compliance. Thus, it serves as a blueprint for an organized, multifunctional facility, aligned with governmental or military standards.
    The 56th Contracting Squadron seeks to select a vendor for the 312 FS FF&E project, which entails procuring, delivering, and installing furniture and appliances. Evaluating proposals will hinge significantly on a questionnaire assessing the offerors' past performance on similar contracts. The information gathered will be crucial for determining their capability to meet project requirements and will be integrated into the official Source Selection records. Respondents are required to complete the attached Past Performance Questionnaire and submit it by August 28, 2024, ensuring timely assessment prior to negotiations. The questionnaire includes sections for contract identification, customer agency details, respondent identification, performance ratings across various categories such as technical performance and program management, as well as additional comments on contractor performance. The overall objective is to obtain firsthand insights into the contractors' abilities, fostering an informed selection process to achieve successful project outcomes.
    The document is a Request for Information (RFI) log related to Contract #: TBD and Solicitation #: FA488724R0014, which facilitates communication between contractors and the government regarding specific inquiries about the solicitation. It includes a systematic arrangement of questions raised by contractors, their respective responses from the government, and whether changes to the solicitation are warranted. Each entry is numbered from 001 to 060, with structured columns detailing the submission date, document discipline, nature of the questions or issues, responses provided, and points of contact. The RFI log serves as an essential tool for clarity and transparency during the procurement process, ensuring that all contractors are informed about the parameters and expectations associated with the solicitation. Overall, this log is instrumental in maintaining efficient communication and processing in federal contracting, reflecting adherence to established protocols for engaging potential vendors in government projects.
    The document outlines the solicitation for a contract regarding commercial products and services, specifically targeting women-owned small businesses (WOSB) and economically disadvantaged women-owned small businesses (EDWOSB). The primary objective is to procure various furniture, appliances, and related services for Luke Air Force Base, as specified in the Delivery Period running from November 11, 2024, to December 12, 2024. The solicitation includes critical information such as requisition numbers, contract administration, delivery details, payment instructions, and clauses from the Federal Acquisition Regulation (FAR) applicable to the procurement process. It establishes requirements for inspections, acceptance of materials, and instructions for invoicing through the Wide Area Workflow (WAWF). Emphasis is placed on compliance with small business regulations and stipulations for contracting with small businesses in accordance with government requirements. Overall, the document serves as a formal invitation for bids, ensuring all interested parties are aware of their responsibilities, deadlines, and the specific goods and services needed, thereby fostering opportunities for women-owned businesses to participate in federal contracting.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract focused on supplying furniture, appliances, and delivery services for Building 840 at Luke Air Force Base. It presents an overview of requirements, including specifications for supplies and services in accordance with an attached Statement of Work and Salient Characteristics. The contractor must deliver fully assembled items by November 11, 2024, to the specified destination. The contract emphasizes adherence to various Federal Acquisition Regulation (FAR) clauses and special contract requirements, ensuring compliance with legal and regulatory standards. Key points include the utilization of small business concerns, payment processing through the Wide Area Workflow (WAWF) system, and adherence to specific clauses related to subcontracting and labor standards. The purpose of this document is to facilitate the procurement process while supporting WOSBs and promoting compliance with government regulations.
    This document serves as an amendment to an existing solicitation for a federal contract, specifically addressing changes made to submission dates and requirements. The primary focus is on the revised proposal submission deadlines: proposals are now due by August 30, 2024, while Past Performance Questionnaires (PPQs) must be submitted by August 28, 2024. The amendment also incorporates the new PPQ document, which is essential for contractors to provide required past performance information. Comprehensive proposal preparation instructions outline the necessity for offerors to adhere to specified formats, including a summary, price proposal, technical design, and past performance details. The document emphasizes the importance of rigorous adherence to the proposal requirements to avoid disqualification. Offerors must submit their proposals via email to designated government contacts, observing strict file format guidelines. Overall, this amendment reinforces the government’s process for evaluating proposals, ensuring compliance with regulatory standards and terms, and facilitating the submission of critical past performance data to assess contractor qualifications effectively.
    This government document is an amendment to a solicitation, officially extending the proposal due date from August 30, 2024, to September 13, 2024. Contractors are required to acknowledge receipt of this amendment to prevent rejection of their offers. The amendment outlines the necessary actions for offerors wishing to change previously submitted offers and emphasizes that all terms and conditions prior to this amendment remain in effect. The amendment also includes administrative changes related to contract modification. The document is structured with numbered sections detailing specific instructions for acknowledging the amendment, accounting data, and a description of changes made. This amendment serves as a formal communication to ensure all involved parties are aware of the extended deadline for proposals and the procedures for modifying submissions, underscoring the importance of adhering to the specified communication methods to maintain the integrity of the solicitation process.
    This document is an amendment to a solicitation within the federal government, specifically extending the deadline for proposal submissions. The original deadline of September 13, 2024, has been revised to September 19, 2024. The amendment outlines the process for acknowledging receipt, which includes completing specific items, submitting copies, or sending communications referencing the solicitation and amendment numbers. It stresses the importance of timely acknowledgment, indicating rejection may occur if not received as specified. The essential terms and conditions of the original solicitation remain unchanged, aside from this deadline revision. The document also includes standard administrative details, such as contact information for the contracting officer and sections for signatures. This amendment exemplifies procedural adjustments typical in government Request for Proposals (RFPs), reflecting the ongoing management of federal contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    TPS Lecture Style Classroom Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Test Pilot School, is seeking proposals for the fabrication and installation of lecture-style classroom furniture to upgrade two classrooms at Edwards Air Force Base in California. The project requires the provision of 72 task tables and chairs that accommodate 36 students in each classroom, with specific dimensions and features such as laptop connectivity and mobility for reconfiguration. This procurement is crucial for enhancing the educational environment and supporting evolving curricula at the Air Force Test Pilot School. Interested vendors must submit their quotes by September 18, 2024, with delivery expected by December 31, 2024, and can direct inquiries to Brianna Vicsotka at brianna.vicsotka.1@us.af.mil or Jenny L. Meadlin at jenny.meadlin@us.af.mil.
    640 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to furnish dormitory 640 at Malmstrom Air Force Base in Montana. The procurement involves providing modern, non-upholstered furniture sets for bedrooms and dining areas, ensuring all items are solidly constructed and fully assembled, with delivery, installation, and disposal of previous items included in the total price. This project is crucial for maintaining quality living conditions for dormitory residents and adheres to strict military standards regarding materials and safety protocols. Interested small businesses must submit their quotes by September 18, 2024, and can direct inquiries to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Erik Hallberg at erik.hallberg.1@us.af.mil for further details.
    65 AGRS Storage Cabinets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of specialized storage cabinets for the 65th Aggressor Squadron at Nellis Air Force Base in Nevada. The contract, identified by solicitation number F3G1EA4240A001, requires the contractor to provide all necessary personnel, materials, and supervision for the installation of storage solutions that meet specific dimensions and configurations for Pilot Flight Equipment (PFE). This procurement is crucial for enhancing operational efficiency within the aircrew flight equipment section, ensuring compliance with technical and safety standards. Interested small businesses must submit their quotes electronically by September 24, 2024, following a mandatory site visit on September 16, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Amber Rivera at amber.rivera.2@us.af.mil.
    PMEL Workbenches
    Active
    Dept Of Defense
    The Department of Defense, specifically the 23d Contracting Squadron at Moody Air Force Base in Georgia, is seeking proposals from small businesses for the procurement and installation of PMEL workbenches and roll-around equipment stands tailored for an environmentally controlled laboratory setting. The requirements include multiple sizes of workbenches designed to prevent dust accumulation and made from materials resistant to heat, chemicals, and chipping, with specific features such as adjustable heights and integrated storage solutions. This procurement is crucial for enhancing the operational efficiency of the Precision Measurement Equipment Laboratory, ensuring compliance with safety and environmental standards. Interested vendors must submit their proposals by September 18, 2024, and can contact Cloud Wharton at cloud.wharton@us.af.mil or Samuel D. Garfunkel at samuel.garfunkel.1@us.af.mil for further details.
    Free-Standing Aircrew Flight Equipment Lockers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of 165 free-standing Aircrew Flight Equipment lockers through Request for Quotation (RFQ) FA301624Q0191. These lockers are designed to securely store Personal Aircrew Flight Equipment and must meet specific dimensions and construction requirements, including a dedicated upper compartment for flight helmets and additional compartments for flight equipment and personal items. This procurement is crucial for enhancing operational readiness by ensuring aircrew members have adequate facilities for their essential equipment. Interested vendors must submit their quotes by September 20, 2024, at 2:00 PM CT, to the primary contact, Vivian Fisher, via email at vivian.fisher@us.af.mil, with a copy to Barbara A. Jewett at barbara.jewett.1@us.af.mil.
    Vertical Sunshade Panels
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of vertical sunshade panels at Luke Air Force Base in Arizona. The project aims to enhance outdoor spaces by installing specific sizes and colors of sunshade panels on the TacPad Structure, utilizing "Commercial 95 by Gale" fabric, with all materials and labor provided by the contractor. This initiative is crucial for improving facility functionality while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446.
    F-16 Mobility Storage Racks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of mobility storage racks for F-16 fighter aircraft, under solicitation number FA500424Q0044. The procurement includes one lower pylon (P/N: X20075050) and one upper LAU-129 launcher (P/N: X20075057), with a firm fixed price contract structure and a delivery requirement of 60 calendar days from the date of award. This solicitation is a 100% Small Business Set-Aside, emphasizing the government's commitment to diversity and inclusion in federal contracting. Interested parties must submit their proposals electronically by September 18, 2024, at 10:00 AM AKDT, and direct any questions to the primary contacts, A1C Liam Slater at liam.slater@us.af.mil or SrA Mouhamed Sarr at mouhamed.sarr.sn@us.af.mil, by September 16, 2024, at 10:00 AM AKDT. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Laboratory Furniture and Supplemental Labor for Installation of that Furniture/Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Natick, Massachusetts, is seeking proposals for a Firm-Fixed-Price contract to supply laboratory furniture and supplemental labor for its installation. The procurement aims to enhance the functionality of the Natick Soldier Systems Center through the provision of specified furniture as outlined in the attached furniture plans, which detail the layout and installation requirements for the renovation of Building 5. This opportunity is set aside for small businesses, with a total small business set-aside designation, and proposals are due by September 20, 2024, at 1300 hours EST. Interested parties should direct inquiries and submissions to Contract Specialist Alexander Ponusky via email at alexander.m.ponusky.civ@army.mil.