LOFTIS Desks
ID: FA461325Q1020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Wood Office Furniture Manufacturing (337211)

PSC

OFFICE FURNITURE (7110)

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 seeking qualified contractors to provide custom LOFTIS desks for the 90th Operations Group at Francis E. Warren Air Force Base in Wyoming. The procurement involves the removal of existing tables and the installation of nine new hardwood tables with specific dimensions and features, including modesty panels and a unique missile inlay design. This project is crucial for enhancing the functionality and aesthetics of the workspace, ensuring compliance with federal standards and regulations. Interested parties must submit their quotes by May 27, 2025, and are encouraged to contact Amber Wiltanger at amber.wiltanger@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the removal of existing tables and installation of custom tables at F.E. Warren Air Force Base, Wyoming. The contractor is responsible for providing tools, labor, and management to complete the task within four consecutive business days, ensuring proper disposal of old tables at their expense. New tables must be hardwood or solid wood, featuring specified dimensions and stability requirements, with a one-year warranty included. The document details quality control and assurance processes, emphasizing government oversight through inspections and complaint evaluations. Security and operational security (OPSEC) measures are also mandated, requiring contractor personnel to undergo specific training and adhere to strict confidentiality concerning sensitive information. Further requirements include compliance with environmental laws, effective utility conservation practices, and safety protocols concerning accidents and hazardous materials. Contractors must also provide a phase schedule and comply with operational timings specified in the document. This PWS serves as a key governmental framework, ensuring contractors meet high standards of functionality, safety, and security while executing tasks critical to military operations.
    The Performance Work Statement (PWS) details the requirements for the removal of existing tables and installation of new custom tables at F.E. Warren Air Force Base, Wyoming. The contractor is mandated to execute the removal, disposal, assembly, and installation within four consecutive business days. Key specifications include the tables being rectangular, professional-looking, made of hardwood or solid wood, and equipped with modesty paneling. Nine tables of specified dimensions and weight-bearing capabilities must be provided, along with optional missile inlay designs. Government utilities for electricity and water will be furnished, while the contractor bears the cost of waste removal. Quality control, safety, and security are emphasized throughout the contract. The contractor must ensure that all personnel complete necessary training in terrorism awareness and operational security. Regular inspections by government representatives will evaluate compliance with performance objectives. Environmental regulations must be adhered to, incorporating eco-friendly practices wherever possible. The contractor's performance must align with state and federal laws, and any changes to the scope must be communicated to the contracting officer. This comprehensive PWS emphasizes the need for a high standard in service delivery, security, and environmental consideration in accordance with federal standards and regulations.
    The Performance Work Statement (PWS) for Loftis Desks at F.E. Warren Air Force Base outlines the requirements for removing and installing new custom tables. The contractor is responsible for all management, tools, and labor, ensuring removal of existing tables and installation of new ones within four consecutive business days. New tables must be made of hardwood with specified dimensions and a modesty panel, and they must include a one-year warranty. The PWS details quality control, assurance measures, and government responsibilities regarding utilities and security. Additionally, it emphasizes compliance with environmental regulations and safety requirements. The contractor must provide a phase schedule and submit specific deliverables, including separate prices for missile inlays on certain tables. Key operational protocols include maintaining security, proper disposal of materials, and training for antiterrorism awareness. The PWS serves to ensure focused procurement and quality service delivery aligned with federal requirements while addressing health, safety, and environmental considerations.
    The Performance Work Statement (PWS) for Loftis Desks at F.E. Warren Air Force Base outlines the contractor's requirements for removing existing tables and installing new custom tables. The contractor must manage all aspects, including labor and equipment, ensuring completion within four business days. The tables must be made of solid wood or hardwood with specific dimensions and features, including modesty paneling and a professional appearance. A one-year warranty on products is required. The PWS specifies service delivery objectives, quality control measures, and security protocols, emphasizing compliance with federal, state, and local laws. Additionally, it includes guidelines for managing utilities, environmental controls, and safety requirements during contract execution. The contractor must provide training on operations security (OPSEC) and anti-terrorism protocols, ensuring all personnel are vetted and adhere to safety standards. The document concludes with appendices detailing room layouts and deliverables, signifying the structured approach of the government solicitation process to ensure robust compliance and effective service delivery. This PWS demonstrates the federal commitment to maintaining security, safety, and quality in all contracted services.
    The government file outlines the specifications for procuring nine rectangular tables for the Loftis Room in 2025. The tables are required to be constructed from wood and feature modesty paneling. Their finished height should range from 30 to 31 inches, with various specified dimensions, maintaining a uniform depth of 24 inches. The tables must accommodate chair height with a clearance of 27 inches or more, and each table should have a modesty panel made of metal or hardwood. They should support a minimum weight of 50 pounds and possess stable, leveled bases made of either stainless steel or hardwood. In addition to table specifications, the contractor is tasked with the removal and disposal of existing tables and the installation of new ones within a compact timeframe of four consecutive days, ensuring completion within 120 days post-award. The installation site has specific access limitations, as there is no loading dock available. This document is part of a Request for Proposal (RFP) process, reflecting the federal government's requirements for competitive bidding and adherence to procurement standards for furniture acquisition and installation services.
    The document pertains to a contractor response form for a Sources Sought / Request for Information related to LOFTIS Desks, designated by Notice Number FA461325Q1020. It collects essential company information, such as the company's name, cage number, Unique Entity ID, socioeconomic status, and contact details. The form includes specific questions for prospective respondents, inquiring about the availability of stain colors, dimensions of missile inlay options, and photographic documentation. Additionally, it addresses the financial parameters that determine eligibility under federal regulations: whether the company derived 80% or more of its annual revenues from federal contracts and whether their total revenues exceeded $25 million. These criteria are vital for compliance with federal funding requirements. Overall, the file serves as a structured response mechanism for potential vendors to express their capabilities and qualifications in relation to this government procurement opportunity.
    The document is a Contractor Response Form related to a Sources Sought/Request for Information (RFI) for LOFTIS desks, specified under Notice Number FA461325Q1020. The form gathers essential company information from contractors interested in providing the required furniture, including details like company registration, socio-economic status, and point of contact. It outlines requirements for pricing, which must cover all associated costs such as shipping, disposal, and installation of new desks. The form also assesses contractors' revenue sources, specifically inquiring if over 80% of their gross revenues came from federal contracts in the previous fiscal year, which impacts compliance with federal regulations. Additionally, it requests specifications on the country of origin for various products listed and poses a question regarding the materials used in specific customization requests, such as inlays. This RFI is part of a broader pattern in federal procurement, focusing on ensuring qualified contractors meet specific compliance and service delivery standards for government projects.
    The document FA461325Q1020 outlines various provisions and clauses relevant to government contracts specifically focused on the Department of Defense (DoD) acquisitions. It compiles regulations on compensation, whistleblower rights, telecommunications equipment procurement restrictions, and unique identification requirements for delivered items. Significant clauses include prohibitions on supplies from certain countries and mandates for electronic submission of payment requests via the Wide Area Workflow (WAWF) system. The document emphasizes compliance with tenets designed to protect national security, ensure fair contractor practices, and foster small business participation. It further guides contractors on marking items with unique identifiers and defines expectations for reporting procedures upon item delivery. The structure comprises referenced clauses, definitions, and detailed instructions aligned with federal procurement standards, emphasizing accountability, traceability, and transparency in contracting processes. This comprehensive framework is essential for maintaining integrity and security in government contracts.
    The document outlines essential provisions and responsibilities related to contractual agreements for work performed on Air Force installations. It introduces an ombudsman role to address concerns from offerors, emphasizing that the ombudsman does not alter the authority of the contracting officers nor participate in bid evaluations. A prerequisite for consulting an ombudsman is for concerned parties to first engage with the contracting officer. Additionally, it encompasses health and safety mandates requiring contractors to take precautions to safeguard personnel involved in contract work, with violations potentially leading to contract termination. Access protocols to Air Force installations are detailed, specifying the need for contractors to acquire identification badges and vehicle passes, alongside adherence to security measures for controlled areas. Contractors must maintain clear compliance to avoid payment issues. Overall, this document serves to establish guidelines for contract execution while ensuring safety and appropriate access to government facilities, aligning with the procedural expectations often seen in federal RFPs and grants.
    The Department of the Air Force is hosting a site visit related to the Premise LOFTIS Desks project at Francis E. Warren Air Force Base, scheduled for 29 April 2025. Interested parties must email their attendance requests by 28 April 2025 at 9:00 AM MDT. Attendees must arrive by 1:30 PM MDT, present valid driver’s licenses, and use their own vehicles, providing the necessary insurance or rental documentation. Participants are responsible for their equipment and may only take photos of the proposed work area. Discussions about funding are strictly prohibited. Any questions arising during the visit should refer to the Performance Work Statement (PWS). Unresolved inquiries must be submitted via email by 5 May 2025 for official responses, which will be published on SAM.gov. This document outlines essential logistics and guidelines for the site visit, emphasizing compliance and preparation for prospective vendors under the governmental RFP process.
    The document is a Q&A section related to Solicitation Number FA461323 for LOFTIS Desks, detailing a series of questions posed by bidders and the corresponding government responses. Key points include that the site visit is not mandatory, bidders can submit multiple quotes to meet the Lowest Price Technically Acceptable (LPTA) criteria, and specific material requirements like using hardwood or solid wood for tables. Guidelines are given for design features, such as missile inlay specifications and allowed table configurations, which must provide seamless transitions if multiple tables are used. Details about installation logistics, such as parking and accessibility, are outlined, highlighting a 5-inch curb and steps in the installation area. Additional specifics include the prohibition of using old table legs and attaching tables to the floor. Overall, the purpose of the document is to clarify requirements and procedures for potential bidders in this government procurement process, ensuring all submissions meet the defined standards and expectations.
    The document comprises multiple instances of a title reference, "Attachment 9 – Photos of Current Tables," associated with RFP FA461325Q1020. This attachment is likely intended to provide visual documentation related to an ongoing request for proposals focused on furniture or equipment related to tables in a government context. Although specific details about the tables or their requirements are not included in the text provided, the redundancy in the document suggests a strong emphasis on the visual aspect of the request. As part of a typical federal request for proposals, these photographs may serve to inform potential bidders about the current conditions or types of tables in use, guiding them in their proposals for replacement or upgrades. Effective visual representation is crucial in such RFPs to ensure bidders have a clear understanding of the expectations, thereby aiding in accurate and competitive bid submissions. The overall purpose signals an effort to modernize or improve current table configurations within federal facilities, aligning with improved functionality and aesthetics.
    Lifecycle
    Title
    Type
    LOFTIS Desks
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Conference Room Table
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a U Shaped Conference Room Table to be delivered to Joint Base Myer - Henderson Hall. The specifications include a primary long table measuring 20 feet in length and 3 feet in width, accompanied by two side tables each measuring 10 feet in length and 3 feet in width, all in a white oak color finish. This furniture is essential for facilitating meetings and discussions within military operations, emphasizing the importance of functional and professional environments. Interested small businesses are encouraged to reach out to Ryan Belush at ryan.z.belush.mil@army.mil or call 910-643-4346 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    FF&E Warehouse Furniture
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of furniture for four offices located at Baza 71 Aeriana Str, Campia Turzii, Romania. The requirement includes specific items detailed in Attachment 2 – Salient Characteristics, with all items being brand name or equal, and a need date set for May 1, 2026. This procurement is crucial for ensuring that the offices are adequately furnished to support operational efficiency. Interested vendors must submit their quotes by December 19, 2025, no later than 1500 EST, to the Contracting Officer, 1st Lt Ali Elyousfi, at ali.elyousfi.2@us.af.mil, with quotes remaining valid for 90 days post-submission.
    Library Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a "Library Refresh" project at Spangdahlem Air Base in Germany. This procurement involves the design, furnishing, delivery, and installation of new library furniture, including shelving, circulation desks, and various seating areas, as part of an initiative to enhance the patron experience through a Modern Bookstore Layout remodel. The project is critical for creating an inviting and functional library environment that meets the needs of diverse user groups, including children and young adults. Interested contractors must submit their quotes by January 7, 2025, and are required to attend a mandatory site visit on December 12, 2025, at Building 148. For further inquiries, contact Katrin Arnoldy at katrin.arnoldy.de@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    Conf Table
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a conference table under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing. The conference table is essential for facilitating meetings and collaborative efforts within military operations, highlighting its importance in maintaining effective communication and decision-making processes. Interested vendors can reach out to Michelle Ruybal at michelle.g.ruybal.civ@army.mil or by phone at 801-386-4800 for further details regarding the submission process and any deadlines.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.