Regional Office Furniture - Blanket Purchase Agree
ID: 140R2024Q0090Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)
Timeline
    Description

    The Department of the Interior, Bureau of Reclamation's Mid-Pacific Regional Office seeks vendors for a five-year Blanket Purchase Agreement (BPA) worth up to $5 million to supply and install office furniture, including Herman Miller Systems Furniture, in multiple offices across California. The procurement aims to efficient procure high-quality furniture while promoting subcontracting opportunities for diverse small businesses. Vendors must submit capability statements and quotes by the amended deadline of 26 August 2024, detailing their ability to meet the bureau's requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the responsibilities of the Blanket Purchase Agreement (BPA) Holder/Contractor, who must be an authorized reseller of Herman Miller Systems Furniture, to provide purchase, design, installation, and repair services specifically for the California Great Basin. The BPA covers various deliverables, including the management of inventory and subcontractors, with a duration of five years and no guaranteed minimum orders, while emphasizing quality assurance through performance evaluations and compliance with the established Quality Assurance Surveillance Plan. The ordering process is delineated based on financial thresholds, and invoicing procedures and requirements for delivery documentation are clearly defined to ensure accountability and transparency.
    The document outlines a pricing schedule for various products and services provided by Herman Miller, Inc., including office furniture configurations, electrical labor, and project management. It includes itemized descriptions along with estimated quantities for evaluation purposes, although specific pricing details are currently incomplete. Additionally, it notes that quotes/offers remain valid for 60 days from the due date.
    The document outlines the Subcontracting Plan for a Blanket Purchase Agreement related to the purchase, design, installation, and repair of Herman Miller office furniture for the Department of the Interior's Bureau of Reclamation. It details required elements such as subcontracting goals for various types of small businesses, methods for identifying subcontracting sources, and compliance obligations, including record-keeping and reporting. The plan must be submitted and negotiated with the contracting officer and should adhere to Federal Acquisition Regulation guidelines.
    The Bureau of Reclamation seeks quotations for a Blanket Purchase Agreement (BPA) for the purchase, design, installation, and repair of Herman Miller-compatible office furniture, with an estimated maximum value of $5 million over five years. Quotes are due by August 26, 2024, at 5:00 PM PDT, and must be submitted electronically to Kevin Gonzalez at kgonzalez@usbr.gov. Evaluation will be based on price, technical capability, past performance, and small business participation, adhering to FAR regulations.
    The document is an amendment (0001) to the solicitation referenced as 140R2024Q0090, effective from August 5, 2024, which updates the solicitation language and extends the response due date. Contractors are required to acknowledge receipt of the amendment to ensure their offers are considered, with instructions provided for submission. All other terms and conditions remain unchanged and in full effect.
    The document is a Combined Synopsis/Solicitation by the Bureau of Reclamation for the purchase, design, installation, and repair of Herman Miller compatible office furniture under solicitation number 140R2024Q0090. The solicitation outlines the requirements, evaluation criteria, and submission instructions, including a due date of August 15, 2024, and emphasizes compliance with various clauses, certifications, and security requirements for bidders. This BPA will have a maximum dollar value of $5,000,000 over five years, with orders limited to amounts not exceeding $200,000.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge in Illinois. The BPA will cover a five-year period, from November 11, 2024, to November 10, 2029, and includes routine maintenance, repair, and diagnostics for HVAC systems at the Headquarters and Visitor Center, with mandatory biannual service visits to ensure operational efficiency and compliance with manufacturer standards. Interested contractors must conduct a mandatory site visit to assess the HVAC conditions before submitting their proposals, which are due electronically by November 1, 2024. The BPA has a maximum limit of $250,000, and proposals will be evaluated based on technical capability and past performance, with compliance to federal regulations being a critical factor. For further inquiries, potential bidders can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    Supply and Delivery of Vessel Maintenance Workshop Furniture
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, Philippines, is preparing to solicit bids for the supply and delivery of vessel maintenance workshop furniture. This procurement aims to furnish a workshop with essential furniture items, which are critical for maintaining operational efficiency in vessel maintenance activities. The solicitation is expected to be released in the first week of September 2024, with the contract awarded to the lowest priced technically acceptable offeror. Interested contractors must be registered in the System for Award Management (SAM) prior to submitting offers, and they can direct inquiries to Shadrack L. Scheirman or Randy D. Dayrit via the provided email addresses or phone numbers.
    Y--OT-CA-T28 WCMPWB UNIVERSAL ACCESSIBILITY
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the Universal Accessibility Project in Oklahoma, aimed at enhancing accessibility at various recreational facilities. The project involves construction activities such as improving boat ramps, RV sites, day use areas, and campground facilities, with a strong emphasis on compliance with the Americans with Disabilities Act (ADA). This initiative is crucial for advancing inclusivity in public spaces, allowing greater access for individuals with disabilities. Interested businesses, particularly small and disadvantaged enterprises, are encouraged to submit their capability statements by October 25, 2024, with project budgets estimated between $1 million and $5 million. For further inquiries, contact Mitchell Frost at mfrost@usbr.gov.
    7E--BIE Student IT Equipment BPA
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide IT equipment for Bureau of Indian Education (BIE) students through a Blanket Purchase Agreement (BPA). This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and focuses on acquiring various Dell computers, monitors, and accessories over a five-year period, with an emphasis on supporting educational needs through reliable technology. Interested vendors must be approved federal resellers of Dell equipment, and proposals will be evaluated based on price fairness, with specific compliance requirements outlined under the Buy Indian Act. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    OG Furniture Removal and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, is seeking qualified contractors for a project involving the removal and installation of furniture in Building 2750. The objective is to facilitate ceiling and flooring installation by managing the dismantling and reassembly of over 100 pieces of furniture, while ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety standards during facility upgrades. Interested small business contractors must submit their capability statements by October 23, 2024, at 11:00 AM PDT, to Denina Hudson at denina.hudson@us.af.mil, with a copy to Karla Vazquez at karlalizette.vazquezmontes@us.af.mil.
    BPA - IT and Telecom PSC 7E20
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    46--Portable Water Filtration System
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for a portable water filtration system as part of its acquisition planning process. The requirement includes a diesel-driven pump trailer capable of self-priming and discharging at least 2400 gallons per minute, along with a self-contained filtration system that filters to 50 microns and features a mechanical self-cleaning system. This equipment is crucial for ensuring efficient water purification in various operational contexts. Interested firms must submit their capability statements and relevant information by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, referencing the number DOIRFB0240038 in the subject line.