Furniture Movers | New Base Plus Four |
ID: 36C25026Q0106_2Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Reupholstery and Furniture Repair (811420)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNITURE (J071)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for furniture moving and repair services at the John D. Dingell VA Medical Center in Detroit, Michigan. This procurement, identified by solicitation number 36C25026Q0106, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a range of services including the repair of furniture, relocation, and maintenance of various office equipment. The contract will be structured as an indefinite-delivery, indefinite-quantity (IDIQ) agreement with a five-year ordering period, and interested vendors must submit their quotations by December 30, 2025. For further inquiries, potential offerors can contact Elizabeth H. Koses at Elizabeth.Koses@va.gov.

    Point(s) of Contact
    Elizabeth H Koses
    Elizabeth.Koses@va.gov
    Files
    Title
    Posted
    This document is an amendment to a previous combined synopsis/solicitation, issued as an RFQ, for Furniture Repair and Moving Services for the Department of Veterans Affairs. The solicitation number is 36C25026Q0106, with a response date of December 30, 2025. This procurement is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The associated NAICS code is 811420 (Reupholstery and Furniture Repair) with a $9 Million small business size standard, and the PSC is J071 (Maintenance Repair and Building of Equipment – Furniture). The place of performance is the John D. Dingell VAMC in Detroit, MI. Interested companies are required to provide quotations, and several attachments are referenced for further details.
    This document outlines wage determinations for service contracts in Monroe County, Michigan, under the Service Contract Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award or renewal dates. The determination lists hourly wage rates for various occupations across administrative, automotive, health, IT, and other sectors. Additionally, it specifies fringe benefits, including health and welfare contributions ($5.55/hour or $5.09/hour with EO 13706), paid vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance policies are also included. The document concludes with procedures for conforming unlisted occupations and wage rates.
    The document is a Statement of Department of Labor Wage Determination Compliance, certifying that an offer submitted in response to solicitation 36C25026Q0106 adheres to Department of Labor Wage Determinations (WD) for all employees. It states that all personnel performing services under the potential contract will be paid at or above the current WD hourly rate specified in the Performance Requirements Summary (PRS) section of the Performance Work Statement (PWS). This compliance applies to all relevant labor categories within the county where the supported VA medical center is located. The document requires signatures and printed names from the company's owner, CEO, and COO to validate this certification.
    The Department of Veterans Affairs, Network Contracting Office 10, is using a Past Performance Questionnaire (PPQ) to evaluate offerors for Motorola Police Radio Services. This document, classified as Source Selection Information, is critical for verifying an offeror's ability to perform on the proposed effort. The questionnaire requires detailed information on contract identification, customer/agency identification, and respondent identification, with a requested response deadline of December 30, 2025, at 12 PM EST. The PPQ includes a comprehensive performance rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for various aspects of contractor performance, such as management, quality control, problem resolution, scheduling, responsiveness, and overall performance. It also asks about cure/show cause notices and the willingness to re-award contracts, along with compliance with Small Business Subcontracting Plans for government contracts. The completed questionnaire is to be emailed to elizabeth.koses@va.gov.
    The Department of Veterans Affairs (VA) is soliciting proposals for furniture repair, maintenance, and relocation services for the VA Detroit Health System (VADHS) through RFP VA-VHA-RPOC-2024-0084. This indefinite-delivery, indefinite-quantity (IDIQ) contract will be a firm-fixed-price agreement for a five-year ordering period, funded annually. Services include repairing chairs, desks, modular furniture, and lighting, replacing locking cores, relocating furniture, delivering moving totes, and assisting with inventory. The contractor must provide all labor, materials, supplies, equipment, and supervision. Work will be assigned via Maximo system work orders and require a single point of contact. The solicitation includes clauses for contract terms, conditions, insurance requirements, and ordering procedures. The anticipated award date is March 31, 2026, with an offer due date of December 30, 2025. The NAICS code is 811420 for Reupholstery and Furniture Repair.
    This amendment to solicitation 36C25026Q0106, VA-VHA-RPOC-2024-0084, addresses questions from offerors regarding a follow-on contract for furniture repair services. Key updates include clarifications on the unit of measure ("EA" for individual work orders), the absence of an official Warehouse Management System (items tracked via Excel), and procedures for decommissioning and disposal of items. The amendment confirms the contract structure as a base plus four option years, with an ordering period from March 31, 2026, to March 30, 2031, and sets minimum and maximum order thresholds. It also defines responsibilities for furnishing materials, clarifies that feasibility determinations are a separate CLIN, and specifies requirements for past performance submissions, operational reporting, and contractor personnel security. The due date for past performance questionnaires is aligned with the quote due date of December 30, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J071--Furniture Repairs and Movers | New Base Plus 4 | Start: 3/31/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide furniture repair and moving services for the VA Detroit Health System, with a contract period starting March 31, 2026, and extending through March 30, 2031, including a base year and four option years. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a range of services, including the repair of various types of furniture, relocation of items, and assistance with inventory management, all of which are critical for maintaining the operational efficiency of VA facilities. Interested companies must submit their quotations and past performance questionnaires by December 30, 2025, at 12:00 PM EST, with the primary contact for inquiries being Elizabeth Koses at elizabeth.koses@va.gov or 937.469.1228. The estimated annual workload includes approximately 676 work orders, and compliance with Department of Labor wage determinations is mandatory.
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    Q201--Prosthetics Durable Medical Equipment (DME) and Home Medical LONG TERM storage, delivery and pick-up, and all other services for the G.V. Sonny Montgomery VA Medical Center Jackson MS 39216
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a contract to provide Durable Medical Equipment (DME) and Home Medical Equipment (HME) services for the G.V. Sonny Montgomery VA Medical Center in Jackson, Mississippi. The procurement includes long-term storage, delivery, pick-up, set-up, disassembly, repairs, and inventory management of VA-owned equipment, with a focus on compliance with Joint Commission Standards and the provision of 24/7 emergency services. This contract is crucial for ensuring that Veterans receive timely and effective medical support, and it is set aside for small businesses under the SBA guidelines. Interested parties must submit their proposals by December 29, 2025, at 11 AM Central Time, and can contact LaTonya Mack, Contract Specialist, at LaTonya.Mack@va.gov for further information.
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Non-Emergent Patient Transportation services at the Aleda E. Lutz VA Medical Center in Saginaw, MI, under solicitation number 36C25026Q6552. This procurement aims to provide specialized transportation for patients, including ambulatory and non-ambulatory needs, and requires contractors to supply labor, materials, vehicles, and software compatible with the VA’s VetRide system. The contract, valued at approximately $19 million, will span from February 1, 2026, to January 31, 2031, and is set aside for Veteran-Owned Small Businesses (VOSB). Interested parties must submit their offers, including all required documentation, by December 29, 2025, at 1:00 PM EST, and direct any inquiries to Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or by phone at 937.469.1228.
    Z1DA--Replace Roofing B-1W 506-26-201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the replacement of the roofing on Building 1W at the Ann Arbor Veterans Administration Medical Center (VAMC) under Project 506-26-201. The contractor will be responsible for providing all necessary labor, materials, and supervision to replace approximately 7,482 square feet of EPDM roofing on the 9th and 10th floors, ensuring that all work is conducted without disrupting medical center operations. This project is a 100% set-aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $500,000 and $1 million, and the solicitation is expected to be issued on or about January 6, 2026. Interested parties should direct inquiries to Contract Specialist Leland Ruedel at Leland.Ruedel@va.gov, and ensure they are registered in the System for Award Management (SAM) and the SBA's VetCert database prior to proposal submission.
    National Cemetery Administration - Furniture Purchase/Deliver/Installation - Black Hills National Cemetery - N071
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide office furniture, including purchase, delivery, and installation services, for the Black Hills National Cemetery located in Sturgis, South Dakota. The project aims to create a safe and healthy work environment for veterans and staff, with specific requirements outlined in the Statement of Work, including adherence to local ordinances, a lead time of 6-8 weeks for commercial-grade furniture, and installation procedures to be conducted during standard business hours. Interested Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses are encouraged to submit their capabilities and pricing by January 2, 2026, at 11 AM CST to Stacey Lewallen at stacey.lewallen@va.gov, using the subject line “36C78626Q50015 Black Hills National Cemetery Furniture.”
    36C78626Q50011 Great Lakes Turf Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking quotations for turf maintenance services at Great Lakes National Cemetery in Holly, Michigan. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year options, not exceeding $2,300,000. The services required include shrub management, leaf removal, herbicide and fertilizer applications, and other landscaping tasks, all performed with a high standard of dignity and respect due to the cemetery's status as a national shrine. Interested contractors must submit their proposals by January 13, 2026, and can direct inquiries to April Graves at april.graves@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Columbia Community Based Outpatient Clinic (CBOC) in Maury County, TN. The project aims to enhance healthcare services for Veterans by establishing a 45,862-square-foot facility that will offer primary, specialty, and mental health care. The scope of work includes comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, acquisition support, and post-occupancy services, with the contract expected to be firm-fixed-price and span approximately 35 months. Interested parties should note that the solicitation, numbered 36C77626Q0045, is anticipated to be posted around December 10, 2025, with a closing date of January 22, 2026; inquiries can be directed to John Conschafsky at john.conschafsky@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov.
    S222--Industrial Hazardous Waste Disposal Services – Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Industrial Hazardous Waste Disposal Services for the John D. Dingell VA Medical Center located in Detroit, MI. The procurement aims to secure a contractor responsible for the comprehensive management of hazardous waste, including its characterization, packaging, transportation, treatment, recycling, and disposal, in compliance with federal and state regulations. This service is critical for maintaining safety and environmental standards within the medical facility, ensuring proper handling of various waste streams such as pharmaceutical waste, batteries, and flammable liquids. The contract has a guaranteed minimum value of $40,000 for the initial fiscal year, with a maximum total value of $400,000 over a base year and four option years. Interested parties must submit their quotes by January 9, 2026, and can direct inquiries to Contracting Officer Morgan Stein at Morgan.Stein@va.gov.