GFOQ Furnishings Palm 5 - Oahu, Hawaii
ID: W912CN-26-Q-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Furniture Retailers (449110)

PSC

HOUSEHOLD FURNISHINGS (7210)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of furnishings for Palm 5 at Fort Shafter, Oahu, Hawaii, under RFQ number W912CN-26-Q-0001. The contract requires a Firm-Fixed Price Purchase Order for various furniture items, including sofas, chairs, desks, bookcases, and tables, with a strict delivery and installation timeline to be completed by February 1, 2026. This procurement is a 100% Small Business set-aside, emphasizing the importance of quality furnishings suitable for hosting distinguished guests in a historic setting. Interested vendors must submit their quotes by January 5, 2026, at 1 p.m. Hawaii Standard Time, to the designated contacts, Michael Walnoha and Douglas Dorward, via email, and must be registered in SAM.gov and PIEE/WAWF.

    Point(s) of Contact
    Files
    Title
    Posted
    This Combined Synopsis/Solicitation (RFQ number W912CN-26-Q-0001) is a 100% Small Business set-aside for furnishing Palm 5 on Fort Shafter, Oahu, Hawaii. The government seeks a Firm-Fixed Price Purchase Order for various furniture items, including sofas, chairs, desks, bookcases, and tables, with delivery and installation required by February 1, 2026, to be completed within five business days. Quotes must include pricing for all Contract Line-Item Numbers (CLINs), photographs and salient characteristics of proposed furnishings, and a delivery/installation schedule. Submissions are due by January 5, 2026, 1 p.m. Hawaii Standard Time, via email to douglas.g.dorward.mil@army.mil and michael.s.walnoha2.mil@army.mil. Evaluation factors include price, proposed furnishings, and delivery schedule, with award going to the most advantageous offer. Offerors must be actively registered in SAM.gov and PIEE/WAWF.
    This government solicitation outlines the requirements for furnishing Palm 5 at Fort Shafter, Hawaii, with specific furniture items. The contractor is responsible for coordinating delivery, loading/unloading, installation, assembly, storage, and disposal of packaging materials. All work must adhere to a strict timeline, security regulations, and quality standards, with specific brand-name-or-equal furniture items (Serena & Lilly and Niagara Furniture) specified due to the historic nature of the location and the building's use for hosting distinguished guests. Key requirements include verifying field conditions, providing timely notifications, managing discrepancies, ensuring proper installation and cleaning, protecting property, providing product documentation, and adhering to strict cleanup, security, and safety protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    SYNOPSIS-Furniture Building Lincoln, Design and Install requirement
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Installation Contracting Office in West Point, NY, is seeking small businesses to fulfill a requirement for the design and installation of furniture for Building Lincoln. This procurement aims to provide institutional furniture, which is essential for the operational functionality and aesthetics of military facilities. The solicitation is expected to be released in electronic format around the week of December 15, 2025, and interested parties must ensure they are registered as small businesses to be eligible for award. For further inquiries, potential bidders can contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or by phone at 520-687-8204.
    Custom Made Furniture
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Panama City, is seeking qualified vendors to provide custom-made furniture as outlined in solicitation number 19PM0726Q0003. The procurement includes a variety of furniture pieces such as desks, tables, and filing cabinets, all of which must meet specific design and material requirements, including dimensions and features like cable management. This furniture is essential for the operational efficiency of the embassy and must be delivered within 30 days post-award to the SENAFRONT Operations Center in Summit, Panama. Interested parties should submit their offers via email by 3:00 PM local time on January 5, 2026, and may direct inquiries to Claudia Burke at BURKECC@STATE.GOV or Johanna Martinez at martinezje2@state.gov.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Industrial Finishing Services for New Government-Furnished Millwork and Furniture
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking sources capable of providing industrial finishing services for newly fabricated government-furnished millwork and furniture. The procurement aims to ensure that contractors can deliver factory-grade finishes on various wood items, including cabinets and furniture, which are critical for completing urgent projects at the shipyard. Interested parties are invited to submit a capabilities statement by December 30, 2025, detailing their experience, facilities, and estimated turnaround times, with inquiries directed to Contracting Officer Lisa A. Fielding at lisa.a.fielding@navy.mil or by phone at 207-438-1893. This opportunity is a total small business set-aside under NAICS code 339999, and the government emphasizes that this is a request for information, not a solicitation for a contract.
    Office Furniture (Except Wood) Manufacturing
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for the manufacturing of office furniture (except wood). This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be awarded BPAs to provide goods on an as-needed basis, with no formal Request for Proposal being issued, and individual orders not exceeding $250,000. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the synopsis number N6833525Q0321 in the subject line.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.