Office Furniture for OJS MMU
ID: 140A1625Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Office Supplies (except Paper) Manufacturing (339940)

PSC

OFFICE FURNITURE (7110)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of office furniture for the Office of Justice Services. The requirements include a variety of items such as ergonomic chairs, U-shaped desks, a conference table, and a leather couch, with specific quantities and features outlined in the request for proposals (RFP). This procurement aims to enhance the office environment, ensuring a functional workspace that meets ergonomic and aesthetic standards, thereby supporting the federal government's commitment to providing adequate resources for its offices. Interested vendors must submit their proposals by March 6, 2025, including a signed SF 1449 form, a completed price schedule, and an IEE Representation Form, with delivery expected within 60 days after order receipt. For further inquiries, contact Lara Wood at lara.wood@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The BIA Office of Justice Services has issued a request for proposals (RFP) for office furniture and associated services, detailed in document number 140A1625Q0024. The proposal includes a variety of items such as a conference table, ergonomic chairs, U-shaped desks, and a leather couch, specifying quantities, product numbers, manufacturers, and required features. The total price offered by bidders must be clearly indicated, along with an outline of the delivery, assembly, installation, and removal of packaging and debris services included in the proposal. Interested applicants must submit a signed SF 1449 form, a completed price schedule, and a completed IEE Representation Form to be considered for the award. The delivery is scheduled to occur at the specified BIA location in Billings, MT. This RFP aims to enhance the office environment for the BIA Office of Justice Services, facilitating a functional workspace that meets the latest ergonomic and aesthetic standards, reflective of the federal government's commitment to providing proper resources to its offices.
    The document outlines various office spaces including their dimensions, square footage, occupancy limits, and exit access travel distances. Specific areas include an operations/conference room and multiple offices with detailed measurements and capacity allowances. The information appears to focus on compliance with occupancy standards and accessibility.
    The document outlines the requirements for self-certification as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act, as regulated by the Department of the Interior. Offerors must confirm that they meet the IEE definition at three key points: when submitting an offer, at the time of contract award, and throughout the entire contract duration. Contracting Officers may request further documentation to verify eligibility during the acquisition process. Any submission of false information is illegal and subject to severe penalties under U.S. law. The form includes sections for the Offeror to provide essential information such as the name of the Federally Recognized Tribal Entity, their Unique Entity ID, and ownership details, all of which are critical for the certification process. This self-reporting mechanism emphasizes the importance of compliance in federal contracting, ensuring that benefits intended for Indian Economic Enterprises are accurately distributed and maintained throughout the duration of the contract engagement.
    The document is a Request for Proposal (RFP) for the procurement of office furniture for the Bureau of Indian Affairs (BIA), specifically targeting Indian Small Business Economic Enterprises (ISBEEs). It outlines the requirement for various office furniture items, including ergonomic chairs, desks, and a conference table, detailing quantities and brands or equivalents. The anticipated delivery timeline is 60 days after receipt of order, with quotes due by March 6, 2025. The RFP emphasizes compliance with various federal acquisition regulations, including those pertaining to small business set-asides and reporting requirements for covered telecommunications. The document is structured into multiple sections, including an introduction that specifies the background, award type (Firm-Fixed-Price), requirements, line items, and the evaluation criteria (lowest price technically acceptable). It incorporates various Federal Acquisition Regulation (FAR) clauses, ensuring adherence to government procurement standards. The purpose of the RFP is to solicit proposals from qualified vendors while promoting participation from disadvantaged businesses. This comprehensive approach aims not only to fulfill the BIA's office furniture needs but also to ensure compliance with federal guidelines while fostering economic opportunities for small businesses within Indian communities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    COPIER LEASE FOR CHEMAWA INDIAN SCHOOL
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for a copier lease at the Chemawa Indian School, with a focus on supporting Indian Small Business Economic Enterprises (ISBEE). The procurement involves leasing five multi-functional Canon Image Runner Advance DX C5750i copiers, which will include installation, training, and annual maintenance support, with a primary lease period from March 1, 2025, to February 28, 2026, and four optional renewal years. This initiative is crucial for maintaining operational efficiency in educational facilities, ensuring that the school can effectively manage its printing and document needs. Interested vendors should contact Brandon Walker at Brandon.Walker@bie.edu or (505) 803-4254 for further details, and must comply with the submission guidelines outlined in the Request for Quote (RFQ) document.
    Sources Sought: Firm Fixed-Price (FFP), Commercial Item to provide a Procedure Chair & Other Equipment for the Turtle Mountain Service Unit (TMSU), Quentin N. Burdick Memorial Health Care Facility (QNBMHCF), Belcourt, North Dakota.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for a firm fixed-price contract to provide a Procedure Chair and other equipment for the Turtle Mountain Service Unit at the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The procurement aims to enhance medical procedures by supplying the MidMark 630 HumanForm Procedure Chair, which offers improved functionality and comfort compared to traditional exam tables, along with necessary accessories. This initiative is part of the Buy Indian Set-Aside program, promoting economic development within tribal communities, and requires compliance with federal regulations, including registration with the System of Award Management (SAM). Interested vendors should contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov for further details.
    Tactical Vests for OJS DDE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of tactical vests under solicitation number 140A0825Q0006, with a focus on UrbanShield Extended Ballistic Coverage Armor panels. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to ensure compliance with federal regulations while facilitating the engagement of small businesses in government contracting. The selected vendor will be responsible for providing the tactical vests along with shipping and handling services, with an expected delivery timeframe of 90 days after receipt of order. Interested vendors should submit their proposals electronically and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 781-4612 for further information.
    F--TIMBER SALE PREPARATION (OAK RIDGE TS)
    Buyer not available
    The Bureau of Indian Affairs (BIA), Navajo Region, is seeking proposals from qualified Indian Small Business Economic Enterprises (ISBEE) for timber sale preparation activities within the Oak Ridge area of the Navajo Nation. The procurement involves a range of forestry-related tasks, including timber marking, stand examinations, environmental assessments, and the preparation of timber appraisal reports, all aimed at promoting sustainable forestry practices on approximately 10,495 acres of commercial forest land. This initiative aligns with the federal government's commitment to supporting Indigenous enterprises under the Buy Indian Act, emphasizing the importance of responsible natural resource management. Interested contractors must submit their proposals by February 25, 2025, at 2:00 p.m. MST, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404, with a total award amount of $11.5 million.
    BUY INDIAN SET-ASIDE - IT COMPUTER BUY FOR OKLAHOMA IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of Dell computer equipment under a Buy Indian Set-Aside initiative for the Oklahoma City Area Indian Health Service. The procurement includes a range of items such as laptops, desktop units, monitors, and peripherals, with a total of eight line items specified in the solicitation. This initiative aims to replace outdated systems and enhance operational effectiveness in providing healthcare services to Native American populations. Interested vendors must submit written quotes by February 27, 2025, and ensure compliance with Federal Acquisition Regulation guidelines, including registration in the System for Award Management. For further inquiries, vendors can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888.
    Toner for Tuba City Boarding School
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting quotes for toner supplies for the Tuba City Boarding School through the Indian Education Acquisition Office. The procurement includes a total of 60 units of various toner types, including black, cyan, yellow, and magenta, aimed at supporting the educational needs of the school. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), reflecting the government's commitment to fostering small business participation in federal contracting. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    SOURCES SOUGHT ONLY - Shelving Installation
    Buyer not available
    The Department of the Interior, through the Interior Business Center, is seeking information from qualified vendors for the installation of 300 units of records storage shelving at the American Indian Records Repository (AIRR) in Lenexa, Kansas. The procurement aims to identify Indian-owned Small Business Economic Enterprises (ISBEEs) capable of fulfilling the requirements outlined in a draft Statement of Work, which includes the delivery and installation of shelving that meets specific technical specifications and safety standards. This initiative is significant for enhancing the management of federal records storage, particularly for American Indian heritage documentation. Interested parties must submit their capability statements and essential business details via email by February 28, 2025, and should direct inquiries to Catherine Mattocks at CATHERINEMATTOCKS@IBC.DOI.GOV or by phone at 703-964-8409.
    L-Desk
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of office furniture under the title "L-Desk." This opportunity is a Total Small Business Set-Aside, aimed at acquiring office furniture (except wood) as classified under NAICS code 337214 and PSC code 7110. The goods are essential for equipping military offices and ensuring operational efficiency. Interested vendors should reach out to Carl Lundell at carl.lundell@westpoint.edu or by phone at 845.938.8298, or contact Ralph Jones at ralph.m.jones12.civ@army.mil or 315.772.1669 for further details.
    BUILDING 510 FURNITURE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement and installation of office furniture in Building 510 located in Norco, California. The project requires the provision of systems furniture, height-adjustable workstations, seating, and storage solutions, specifically including 41 cubicles measuring 60” x 66” and 18 cubicles measuring 60” x 60”, all designed with frameless frosted glass top panels and ergonomic accessories to enhance workspace functionality and privacy. This initiative aims to create a flexible and efficient office environment that meets modern ergonomic standards, with a performance period culminating in a required delivery date of August 1, 2025. Interested contractors should contact Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil or by phone at 951-393-4354 for further details.