This government solicitation outlines specifications for furniture and mattresses for the Detroit River IWR Bunkhouse, including Twin XL storage beds, small dressers, bedside tables, an extendable dining table with chairs, end/side tables, and Twin XL mattresses. The document details salient characteristics, quantities, and capabilities for each item. It also specifies that prices must be FOB Destination and include installation at 28007 W Jefferson Ave, Gibraltar, MI 48173. The contractor is responsible for packing, marking, delivering in good condition, handling loss/damage before receipt, providing a delivery schedule, and paying all charges. Delivery instructions require contacting the technical POCs (Daniel Kennedy or Gerrick Prine) three days prior to arrange a specific time, with the delivery carrier solely responsible for unloading.
Amendment 0001 to Solicitation 140FS225Q0217 for bunkhouse furniture at the MI Detroit River International Wildlife Refuge has been issued to re-post the solicitation and adjust key dates. The Period of Performance Start Date is now December 19, 2025 (previously September 25, 2025), and the End Date is March 31, 2026 (previously December 31, 2025). The bid due date has been changed from September 22, 2025, to December 12, 2025, with a new solicitation due time of 10:00 AM Eastern Time (previously 08:00 AM). Offers must acknowledge receipt of this amendment by one of the specified methods prior to the new deadline. All other terms and conditions of the original solicitation remain unchanged. The contracting officer is Dana Arnold (dana_arnold@fws.gov).
This government Request for Quotation (RFQ) 140FS225Q0217, issued by FWS, SAT Team 2, seeks proposals for bunkhouse furniture for the MI Detroit River International Wildlife Refuge. The solicitation, due by September 22, 2025, at 8 AM ED, requires offerors to submit proposals via email to Dana Arnold (dana_arnold@fws.gov). Key evaluation factors include technical specifications, lead time, and price, with non-price factors being approximately equal to price. Proposals must include a completed SF 1449, company information, signed amendments, completed provisions (52.212-3 and 52.204-24), technical specifications meeting salient characteristics, and price quotes. The document emphasizes compliance with various Federal Acquisition Regulation (FAR) provisions, including those related to System for Award Management (SAM) registration, telecommunications equipment, Buy American Act, and certifications regarding responsibility matters and child labor. The contract will be a firm-fixed-price order, awarded to the offeror providing the best value.