Sleep Number P5 360 Smart Bed (Qty 23)
ID: FA302024Q0075Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3020 82 CONS LGCSHEPPARD AFB, TX, 76311-2743, USA

NAICS

Furniture Merchant Wholesalers (423210)

PSC

HOUSEHOLD FURNISHINGS (7210)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force's 82d Contracting Squadron at Sheppard AFB, Texas, is seeking proposals from qualified small businesses for the procurement of 23 Sleep Number P5 360 Smart Beds and associated accessories to modernize sleeping accommodations at the Fire Station. The requirements include Twin XL mattresses, adjustable bases, waterproof protectors, and full delivery and setup services, aimed at enhancing the comfort and wellness of personnel during their 24/7 operations. This procurement is crucial for improving the living conditions of firefighters, as the current mattresses are over eight years old and in poor condition, impacting their rest and performance. Interested vendors must submit their proposals by September 11, 2024, with bids remaining valid until September 30, 2024. For inquiries, contact Alan Quevy at alan.quevy.2@us.af.mil or Joshua M. Mills at joshua.mills.20@us.af.mil.

    Files
    Title
    Posted
    The document FA302024Q0075 outlines a government solicitation involving various clauses relevant to federal RFPs and grants. It incorporates critical regulations surrounding the procurement process, including requirements related to compensation for former Department of Defense (DoD) officials, whistleblower rights, and prohibitions on certain telecommunications equipment, particularly from regions associated with forced labor, such as the Xinjiang Uyghur Autonomous Region. Key clauses address compliance with unique item identification for delivered products, payment procedures through the Wide Area Workflow (WAWF) system, and offeror representations regarding their business status (e.g., small business designations). The solicitation emphasizes stringent adherence to federal acquisition regulations, aimed at transparency and ethical procurement practices. Overall, this document serves to ensure that potential contractors are aware of their obligations, including compliance with legal requirements and proper reporting to maintain accountability, thereby supporting the integrity of federal contracting and bidding processes. Its meticulous structure reflects the need for rigorous evaluation and oversight in government dealings, aiming for both efficiency and adherence to ethical standards.
    The file outlines the procurement requirements for purchasing 23 Sleep Number Twin XL mattresses, adjustable bases, and waterproof protectors for firefighters at Fire Station 1 and Fire Station 3. Emphasizing the need for high-quality beds tailored to the diverse needs of personnel, the justification highlights that current mattresses, over eight years old and in poor condition, negatively impact the firefighters' rest and overall performance. The procurement aims to enhance comfort, health, and wellness during 24/7 operations, essential for effective duty performance. The analysis shows that alternative business models failed to meet critical specifications or were cost-prohibitive. Consequently, only the specified brand meets all necessary criteria for functionality, adaptability, and durability, leading to the conclusion that a brand name procurement is justified. The decision is approved by key officials, confirming adherence to federal procurement policies.
    The 82 CES/CEF Mattress Modernization document outlines the government’s requirements for a contract related to bed procurement. The key requirement specifies the use of an integrated base with legs and frame for the beds. The contract process indicates that the government will not provide full upfront payment; instead, the contractor must acquire the items and deliver them according to contract terms. Payment from the government is contingent upon the availability of appropriated funds, establishing that the government cannot incur legal liability for payments until funds are allocated and confirmed by the Contracting Officer. This document is pertinent within the context of government RFPs, ensuring transparency and clarity regarding funding mechanisms and procurement processes for contractors involved in federal projects. It underscores the importance of understanding contractual obligations and payment structures before securing government contracts.
    The U.S. Air Force's 82d Contracting Squadron at Sheppard AFB, Texas, issued a Combined Synopsis/Solicitation (FA302024Q0075) for the procurement of 23 Sleep Number P5 360 Smart Beds to modernize the Fire Station's sleeping accommodation. The solicitation, open from August 7 to August 22, 2024, is exclusively for small businesses, adhering to NAICS code 423210 with a size standard of 100 employees. This RFQ emphasizes that funding is not currently available, and contracts will only be awarded when funds become accessible. Proposals must be emailed to designated contacts by the deadline and remain valid until September 30, 2024. Evaluation criteria include technical capability, price, delivery terms, and past performance, with a focus on achieving the best value for the government. Provisions related to offeror qualifications and contractual changes are included. An ombudsman is designated to address concerns related to this acquisition. This solicitation underscores the Air Force's initiative for improved living conditions for personnel while supporting small business participation in federal contracting.
    The U.S. Air Force’s 82d Contracting Squadron at Sheppard AFB, Texas, has issued a combined synopsis/solicitation (Solicitation No. FA302024Q0075) for the modernizing of mattresses with a focus on acquiring 23 Sleep Number P5 360 Smart Beds, along with related accessories. This procurement is categorized under a Request for Quotation (RFQ) aimed exclusively at Small Business Concerns, adhering to NAICS code 423210, which has a small business size standard of 100 employees. The proposal response deadline is set for September 11, 2024, by 10:00 AM CDT, and bids must remain valid until September 30, 2024. The acquisition plan outlines specific bed models, delivery, and installation requirements, emphasizing the importance of compliance with federal acquisition regulations and the evaluation of offers based on technical capability, price, delivery terms, and past performance. The announcement includes details on submission procedures, contacting officials for inquiries, and terms regarding funding availability, emphasizing that no contracts will be awarded until funds are cleared. Overall, this solicitation reflects the Air Force's intent to enhance sleep facilities for service members, showcasing priorities around quality, delivery efficiency, and engagement with small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MDG Nursing Pods
    Active
    Dept Of Defense
    The Department of Defense, specifically the Wyoming Army National Guard, is seeking proposals from small businesses for the procurement of mobile lactation suites and associated service plans under solicitation number W50S8W-24-Q-0018. The primary items required include the Mamava Original Mobile Lactation Suite and an add-on service plan, which must meet specified characteristics if alternatives are proposed. This procurement is crucial for supporting the needs of nursing personnel and ensuring compliance with health and wellness standards. Quotations are due by September 23, 2024, and interested parties must have active registration in the System for Award Management (SAM). For further inquiries, contact Christopher Davalos at christopher.davalos.1@us.af.mil or call 307-772-6887.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of modular furniture and related services for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves providing new furniture, removing existing furniture, and managing the design, delivery, and installation of the new furnishings, with a completion timeframe of 90 days post-order. This initiative is crucial for modernizing the workspace in accordance with federal guidelines and enhancing operational efficiency within the facility. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 10, 2024, and can direct inquiries to Richard Jensen at richard.jensen.5@us.af.mil or Jaison Saavedra at jaison.saavedra@us.af.mil.
    FY25 US Air Force Academy Cadet Footlockers
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Academy, is seeking quotes for the manufacturing and delivery of 1,100 cadet footlockers, designated in USAFA blue, as part of a total small business set-aside contract. The footlockers must meet specific dimensions and quality standards, with flexibility in construction methods and materials to enhance mission readiness. This procurement is crucial for equipping cadets with essential gear, ensuring compliance with the Buy American statute, and supporting domestic manufacturing. Interested small businesses must submit their proposals by September 27, 2024, and can contact Danielle Hyde at danielle.hyde.2@us.af.mil or Ronald Wilson at ronald.wilson.26@us.af.mil for further details.
    FY24 AFLCMC BESPIN - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting proposals for the procurement of new office furniture and installation services under Request for Proposal (RFP) F2XTRA4253AW01. This initiative aims to outfit the 5th and 7th floors of an off-base facility in Montgomery, Alabama, with approximately 400 pieces of ergonomic office furniture, including chairs, conference tables, and soundproof meeting pods, ensuring compliance with the Air Force Office Seating Program. Proposals must be submitted by September 20, 2024, and will be evaluated based on technical acceptability and price, with a focus on delivering quality products within 60 days post-contract award. Interested vendors should contact A1C Troy Cournoyer at troy.cournoyer@us.af.mil or 334-953-3100 for further details.
    Free-Standing Aircrew Flight Equipment Lockers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of 165 free-standing Aircrew Flight Equipment lockers through Request for Quotation (RFQ) FA301624Q0191. These lockers are designed to securely store Personal Aircrew Flight Equipment and must meet specific dimensions and construction requirements, including a dedicated upper compartment for flight helmets and additional compartments for flight equipment and personal items. This procurement is crucial for enhancing operational readiness by ensuring aircrew members have adequate facilities for their essential equipment. Interested vendors must submit their quotes by September 20, 2024, at 2:00 PM CT, to the primary contact, Vivian Fisher, via email at vivian.fisher@us.af.mil, with a copy to Barbara A. Jewett at barbara.jewett.1@us.af.mil.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.
    Small Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Fighter Wing at Tyndall Air Force Base, is soliciting quotes for the procurement of Small Shelter Systems and associated components. The requirement includes 15 Small Shelter Systems, protective covers, universal liners, securing equipment, and transport crates, all designed for durability and ease of assembly in extreme weather conditions. These shelters are crucial for military operations, providing versatile solutions for billeting, work areas, and storage, thereby enhancing operational readiness. Interested vendors must submit their quotes by September 24, 2024, to A1C Fernando Yahir Zamora Amezcua at fernando.zamoraamezcua@us.af.mil and TSgt Justin Merritt at justin.merritt.1@us.af.mil, ensuring compliance with all specified requirements and regulations.
    Luke AFB - Furniture, Fixtures and Equipment (FF&E)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the procurement of furniture, fixtures, and equipment (FF&E) for Building 840 at Luke Air Force Base. The contract encompasses the supply, delivery, and installation of various furniture and appliances, with a focus on meeting specific military standards and operational needs. This initiative is crucial for furnishing a facility that supports the 312th Fighter Squadron, ensuring a functional and comfortable environment for personnel. Interested vendors must submit their proposals via email by September 19, 2024, and are required to attend a mandatory pre-proposal site visit on August 16, 2024. For further inquiries, contact SSgt Zachary Farel at zachary.farel@us.af.mil or TSgt Terrel Cloud at terrel.cloud@us.af.mil.
    65 AGRS Storage Cabinets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of specialized storage cabinets for the 65th Aggressor Squadron at Nellis Air Force Base in Nevada. The project requires the contractor to provide and install cabinets with specific dimensions and configurations designed to store Pilot Flight Equipment (PFE), ensuring compliance with technical and safety standards while adhering to a strict schedule. This procurement is crucial for enhancing operational efficiency within the aircrew flight equipment section, with a contract type of Firm Fixed Price and a delivery timeline of 90 days after receipt of order. Interested vendors must submit their quotes electronically by September 24, 2024, and are encouraged to direct any questions to Amber Rivera at amber.rivera.2@us.af.mil before the deadline of September 18, 2024.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.