Furniture Relocation
ID: FA4800-25-Q-A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a furniture relocation project at Joint Base Langley-Eustis in Virginia. The objective is to relocate and reconfigure office furniture and equipment across multiple buildings, including Buildings 662, 805, and 2110, ensuring a smooth transition while adhering to safety and logistical standards. This project is crucial for modernizing workspace efficiency and maintaining operational effectiveness within the Air Force facilities. Interested vendors must submit their bids by COB October 31, 2024, and are encouraged to direct any inquiries to SSgt Leonardo Acevedo at leonardo.acevedo@us.af.mil or TSgt Austin Rodriguez at austin.rodriguez.4@us.af.mil. Note that funding for this contract is contingent upon the availability of appropriated funds.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the relocation of the Operations Center (OPCEN) personnel within the Eustis NEC facility to Building 2110. The relocation involves arranging personnel across two floors: OPCEN personnel will be stationed on the 1st Floor, Room 1007, while the 2nd Floor, Room 2010, will accommodate both COT and additional OPCEN personnel. The effective date for this change is noted as August 12, 2024. For further inquiries or points of contact regarding this relocation, SFC Javier E. Colon Jimenez is designated, reachable via military email. The document emphasizes the strategic reallocation of personnel to enhance operational efficiency within the facility.
    The document outlines a detailed plan for relocating furniture, appliances, and equipment from various existing building locations to the newly designated spaces in Building 805 across its three floors. Specific instructions are provided for transferring items such as desks, chairs, file cabinets, multipurpose printers, refrigerators, and bulletin boards, primarily from Buildings 815 and 662. The plan includes the relocation of cubicle assemblies and monitors, as well as cardboard boxes containing files labeled for accurate placement in Building 805. In addition, several existing cubicles will be removed from Building 662 and installed in conference rooms in Building 2110 to accommodate workspace needs. The safe relocation of sensitive items is emphasized, particularly the transfer of a heavy safe to one of the new rooms in Building 805. Overall, this document serves as a comprehensive logistical guide aimed at ensuring a smooth transition for governmental operations during the relocation process while maintaining the organization and classification of equipment and files.
    The document outlines the layout and desk assignments within a designated facility, likely related to a government or military command structure. It specifies areas such as the Command and Admin space, with a total of multiple desks allocated for different roles, including Chaplains, Command Staff, and Union representatives. The layout indicates a first-floor arrangement, enumerating room numbers and corresponding desk assignments. Facilities like a lactation room, laundry, CCTV, and bathrooms are also mentioned, showing efforts to accommodate various needs within the workplace. This structured allocation is critical for optimizing workspace efficiency and ensuring effective command operations, aligning with best practices in federal or military facility management.
    The document outlines the workspace allocation within a multi-level facility, specifically the layout and distribution of desks in various rooms on the second floor. It lists designated spaces, including an orderly room, supply area, and offices for the First Sergeant and Captain, detailing how many desks are assigned in each area. The overall structure clearly organizes the information by room numbers and respective desk distributions for the staff, indicating a systematic approach to space management. The document serves as part of the planning or logistical details associated with government facilities, likely within the context of an RFP or grant related to operational efficiency or space optimization for personnel. By specifying workspace requirements, the intent is to ensure effective utilization of resources in a governmental context.
    The document details the workspace allocation for various teams on the third floor of a building, focusing on assigned desks across different sections. S3 Engineers, S3 Cyber, S3 Plans, and IT personnel have specific numbers of desks assigned to them, totaling multiple desks for each team. For example, S3 Cyber has a significant distribution ranging from 1 to 4 desks across several mentions, indicating a considerable personnel presence. Supervisors from the S3 department also have allocated desks. This workspace distribution is likely part of a larger organizational structure aimed at efficiency and collaboration among the designated departments. The context implies a government-related effort to optimize workspace utilization for teams that may be involved in federal projects, grants, or RFPs, reflecting a structured approach to resource allocation within a government workspace. The document essentially serves as an internal guide for managing office space and personnel assignments for effective operations.
    The document outlines the Unescorted Access Request process for obtaining guest installation access passes to Joint Base Langley/Eustis (JBLE). It serves to assist security personnel in verifying identities through a vetting process, particularly for personnel requesting unescorted access to the installation for various purposes, including special events and contractor activities. Key components include the requisite sponsor information, details about the guests, access categories, and the specific reasons for access. Furthermore, it emphasizes the importance of coordination with security forces and compliance with mandatory disclosure laws, including the Privacy Act of 1974. Special security requirements for foreign visitors are highlighted, stressing the need for advance submission of requests. The document includes a structured format for data entry related to sponsors and guests, ensuring thorough background checks and adherence to access regulations. The process underscores the responsibilities of sponsors, including the obligation to report any violations of access protocols. Overall, this document is integral in facilitating secure and organized guest access while maintaining compliance with military protocols.
    The Department of the Air Force is soliciting proposals for the HERT24-4007 SOW Building 805 Renovation, focusing on furniture relocation and modification. The project involves the strategic removal, transport, and reinstallation of office furniture across several buildings, adhering to the Department of Air Force Office Workplace Furniture Program. Key tasks include disassembly of furniture in identified locations, ensuring careful handling, and conducting thorough inspections post-installation. The contractor is required to provide a Project Manager experienced in managing similar projects, comply with federal, state, and local regulations, and ensure the safety of personnel and equipment throughout the process. The scope encompasses design work for optimizing office space and adhering to established safety standards, emphasizing meticulous planning and coordination with the government representatives. Deliverables will include detailed design documents, installation drawings, and comprehensive inventory of Real Property Installed Equipment. The project's structure outlines clear expectations for execution quality, compliance with safety regulations, and a commitment to minimize disruption in base operations, reflecting an overarching aim of enhancing operational efficiency while ensuring safety and regulatory adherence.
    This document is a Request for Information (RFI) regarding a furniture relocation project within federal buildings, specifically involving the transportation and reconfiguration of existing office furniture. The project requires the removal of furniture from Buildings 662 and 815 and transporting it to Buildings 805 and 2110. Key details include the absence of freight elevators in the latter buildings, the necessity for personnel to access the base, and coordination efforts once a contractor is selected. The relocation is expected to take place during regular business hours, with the aim of completion within 15 days post-award, expected in early November 2024. Additionally, there are no new installations involved, and existing furniture must be used. Contractors need to manage any incidental items left in desks and understand that insurance coverage is paramount for potential damages during the move. The document also discusses logistics for the move, including site visits, payment terms, and configurations of cubicles while acknowledging that further clarifications are pending. Overall, this RFI outlines the scope and operational requirements to ensure a successful furniture relocation for government facilities.
    The Department of the Air Force is seeking proposals for the renovation and modification of furniture in multiple buildings at Joint Base Langley-Eustis, VA. This project, identified as HERT24-4007, aims to relocate and reconfigure a wide range of office furniture and equipment across Buildings 662, 805, and 2110. Key tasks include the removal of existing furniture, careful disassembly, transportation, reinstallation, and ensuring protection of the furniture and facilities during the process. The contractor is responsible for all necessary logistics, including site management, compliance with safety standards, and coordination with government personnel. Specific requirements include providing design services, ensuring completed work meets federal and local standards, and maintaining open lines of communication with Air Force representatives throughout the project. The document outlines performance objectives, safety protocols, and expectations for documentation and deliverables, emphasizing adherence to environmental regulations and quality control measures. This RFP reflects a commitment to modernizing the Air Force's workspaces while ensuring a safe and efficient execution of the project.
    This government file details the wage determination under the Service Contract Act by the U.S. Department of Labor. It specifies wage rates for various occupations in North Carolina and Virginia, particularly for contracts initiated after certain dates, linked to Executive Orders 14026 and 13658. It outlines minimum wage requirements effective in 2024, with Executive Order 14026 setting a rate of at least $17.20 per hour for new contracts and Executive Order 13658 requiring at least $12.90 for contracts awarded between January 2015 and January 2022. The document includes an extensive list of occupations and corresponding hourly wage rates, fringe benefits, and requirements for worker protections, including paid sick leave mandated by Executive Order 13706. Health and welfare benefits, vacation, and holiday pay are also addressed, alongside specific conditions for hazard pay and uniform allowances. The comprehensive nature of this wage determination supports compliance in federal contracting, ensuring fair compensation for service workers while aligning with federal labor standards.
    Lifecycle
    Title
    Type
    Furniture Relocation
    Currently viewing
    Solicitation
    Similar Opportunities
    49th TES SCIF Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of office furniture as part of the project titled "49th TES SCIF Furniture." This initiative aims to replace furniture in three rooms located in Building 6413 at Barksdale Air Force Base, Louisiana, with a focus on modernizing office setups to enhance functionality and organization. The procurement is set aside for small businesses under the NAICS code 337214, and interested vendors must submit their quotes by 2:00 PM CDT on November 8, 2024, following a site visit scheduled for November 1, 2024. For further inquiries, potential offerors can contact A1C Victor Blinov at victor.blinov@us.af.mil or Mr. Ronnie Bushue at ronnie.bushue.1@us.af.mil.
    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 bids 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 maintaining operational readiness and support for special operations forces. Interested contractors should note that the bid opening has been extended to November 15, 2024, with proposals due by that date, and can reach out to primary contact Jack Letscher at jack.t.letscher.civ@usace.army.mil or by phone at 315-645-4402 for further details.
    99 CES COCESS Recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, materials, equipment, and customer service to support construction and maintenance activities for authorized government personnel, ensuring efficient inventory management and compliance with government policies. This procurement is crucial for maintaining operational readiness and infrastructure upkeep, with a total small business set-aside under NAICS code 332510. Interested parties must submit their quotes by the updated deadline of October 18, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Edwin Gutierrez at edwin.gutierrez.1@us.af.mil.
    Furniture Relocation
    Active
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center, is seeking qualified contractors for the relocation of medical equipment and office furniture at Fort Liberty, North Carolina, and its outlying facilities. The requirement arises from the center's lack of manpower and equipment to manage the relocation of items as its mission evolves. This procurement is critical for maintaining operational readiness and ensuring that medical facilities are adequately equipped to serve their functions. Interested parties must submit their qualifications by the Sources Sought closing date of October 28, 2024, at 4:00 PM EST, and are encouraged to contact Cynthia A. Richardson-Rhone or Michael J. McCollum for further information regarding the submission process and requirements.
    AF Lodging Amenities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing hospitality amenities as part of the Essential Product Program (EPP). This procurement aims to enhance the quality of lodging services at various military installations by supplying essential items such as coffee makers, personal care products, and kitchenware, which are crucial for maintaining guest satisfaction in Temporary Living Facilities and Visitors Quarters. The total budget for this contract is set at $500,000, with proposals due by the specified deadlines, and interested vendors are encouraged to contact Nicholas Gamero at nicholas.gamero@us.af.mil for further details.
    2 Mobile LED Screen (Rental) for Langley AFB Air Show
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking vendors capable of providing two mobile LED screens for the Air Power over Hampton Roads Air Show at Joint Base Langley-Eustis, Virginia, scheduled for April 25-27, 2025. The contractor will be responsible for the delivery, setup, operation, and coordination of the screens to effectively display advertisements, schedules, and emergency messages, ensuring compliance with all relevant regulations and safety standards. This procurement is crucial for enhancing the visibility and communication during the air show, which is a significant public event. Interested parties must submit a capabilities package by 1200 hours EST on November 5, 2024, to AnnMarie Shields and Emoni Bright via their respective emails, as detailed in the sources sought notice.
    Modular/Mobile Trailer Leasing and Support Services BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) for MacDill Air Force Base in Florida. The procurement involves delivering, installing, maintaining, and dismantling temporary modular facilities, including offices and restrooms, to support command and control activities during building changes. This BPA is crucial for ensuring operational continuity and compliance with federal, state, and military regulations, with a total funding ceiling of $9,999,999.99 over a performance period from October 1, 2024, to September 30, 2029. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses, must submit their quotations by October 30, 2024, and can direct inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 813-828-1674.
    Furniture and installation services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement and installation of office furniture and related services. The objective is to furnish and install equipment for a collaborative workspace at Taylor Hall, which includes various items such as desks, LED task lights, and storage units, primarily sourced from AIS Systems. This procurement is crucial for enhancing workspace functionality and organizational efficiency while ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotes by November 1, 2024, with an anticipated award date by December 1, 2024. For further inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil.
    2 Mobile LED Screen (Purchase) for Langley AFB Air Show
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking vendors to provide two Mobile LED Screens for the Air Power over Hampton Roads Air Show at Joint Base Langley-Eustis, Virginia, scheduled for April 25-27, 2025. The procurement requires the contractor to deliver the screens by April 14, 2024, ensuring they are mobile and capable of displaying advertisements, updates, and emergency notifications effectively from a minimum distance of 250 feet, while also integrating with a public address system. This initiative is crucial for enhancing communication and safety during the event, and interested parties must submit a capabilities package by 1200 hours EST on November 5, 2024, to AnnMarie Shields and Emoni Bright via their respective emails.
    Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Temporary Lodging Facility (TLF) at Peterson Space Force Base in Colorado. The project entails the construction of three single-story, wood-framed buildings, designed to provide temporary accommodations for military personnel, with a total estimated construction cost between $10 million and $25 million. This facility will include essential amenities such as independent HVAC systems, community laundry facilities, and staff areas, adhering to Department of Defense design standards and sustainable construction practices. Interested contractors must submit their proposals by November 19, 2024, at 2:00 PM CST, and should direct inquiries to Brandon Landis at brandon.p.landis@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil.