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.