ContractCombined Synopsis/Solicitation

F20676 HAW2 Ergo

DEPT OF DEFENSE FA860126Q0042
Response Deadline
Jun 8, 2026
31 days left
Days Remaining
31
Until deadline
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through AFLCMC PZIO at Wright-Patterson Air Force Base, is seeking a firm-fixed-price award for the F20676 HAW2 Ergo requirement, a turnkey procurement and installation of ergonomic furniture and related services. The work includes providing monitor arms, height-adjustable workspaces and bases, anti-fatigue mats, design support, project management, delivery, installation, and certified electrical services, with the contractor responsible for all supervision, labor, materials, and equipment. The requirement emphasizes compliance with the statement of work, use of a single manufacturer for key products, site verification, space planning, and adherence to applicable technical and safety standards, and performance is scheduled for 120 days from award at Facility #20676 in Wright-Patterson AFB, Ohio. Proposals are due June 8, 2026, at 11:00 AM EST and must be submitted by email to both Candice Snow and Brian Algeo, with the subject line FA860126Q0042, F20676 HAW2 Ergo Requests.

Classification Codes

NAICS Code
337214
Office Furniture (except Wood) Manufacturing
PSC Code
7110
OFFICE FURNITURE

Solicitation Documents

3 Files
Attachment 1 - SOW F20676 HAW2 Ergo Request 2026TP028.pdf
PDF465 KBMay 8, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for a furniture package project at Wright-Patterson Air Force Base, OH, Facility #20676. The project, identified as 2026TP-028, involves the competitive award of a contract for providing all supervision, labor, materials, and equipment for furniture installation. Key requirements include supplying specific product types (monitor arms, height-adjustable workspaces, height-adjustable bases, and anti-fatigue mats) from a single manufacturer for uniformity. The contractor is responsible for comprehensive design services, including space planning, site verification, material selection, and adherence to various codes and standards, such as UFC 3-520-01 for power harness and electrical layouts. Post-award, the contractor must validate site conditions, manage product ordering, shipment, delivery, and installation, and coordinate with the government for final acceptance. The SOW also details general services, design expectations, product markings, delivery, installation, removal, and acceptance procedures, emphasizing compliance with safety, security, and base-specific access protocols.
Attachment 2. Solicitation - FA860126Q0042.pdf
PDF657 KBMay 8, 2026
AI Summary
This government solicitation, FA860126Q0042, issued by FA8601 AFLCMC PZIO, is a Request for Proposal (RFP) for the turnkey procurement and installation of ergonomic furniture and associated services. The requirement, F20676 HAW2 Ergo Request 2026TP028, includes dual monitor arms, height-adjustable workspaces, adjustable bases, anti-fatigue mats, design and project management, delivery and installation, and certified electrical services. The solicitation is open to all businesses (unrestricted) under NAICS code 337214 with a size standard of 1100. The offer due date is June 8, 2026, at 11:00 AM local time. Deliveries are to Wright Patterson AFB, OH, with a 120-calendar day delivery schedule from the date of award. The document also details inspection and acceptance locations, payment instructions through the Wide Area WorkFlow (WAWF) system, and numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including requirements for Cybersecurity Maturity Model Certification (CMMC) compliance.
Attachment 3 - Reps and Certs.pdf
PDF494 KBMay 8, 2026
AI Summary
The provided document outlines essential offeror representations and certifications required for federal government solicitations, specifically focusing on commercial products and services. It details requirements for offerors to complete representations and certifications electronically via the System for Award Management (SAM) or manually for specific paragraphs. Key certifications include business size standards (small, veteran-owned, service-disabled veteran-owned, small disadvantaged, women-owned, WOSB, and EDWOSB concerns), delinquent federal tax liability, felony convictions, previous contracts and compliance reports related to equal opportunity, and affirmative action compliance. The document emphasizes the offeror's responsibility to ensure all information is current, accurate, complete, and applicable to the solicitation, with any amendments applying only to the specific offer and not updating SAM directly. It serves to ensure compliance with federal regulations regarding business status, financial responsibility, and equal employment opportunity.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJun 8, 2026
expiryArchive DateJun 23, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8601 AFLCMC PZIO

Point of Contact

Name
Brian Algeo

Place of Performance

Wright Patterson AFB, Ohio, UNITED STATES

Official Sources