Furniture Installation Services
ID: M6700125Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Other Building Finishing Contractors (238390)

PSC

INSTALLATION OF EQUIPMENT- FURNITURE (N071)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for furniture installation services at Marine Corps Base Camp Lejeune, North Carolina. The contract encompasses disassembly, assembly, relocation, and disposal of government-owned furniture, with an estimated workload of 20,000 man-hours for each performance period, which spans from September 2025 to September 2028, including two optional years. This procurement is crucial for maintaining quality living conditions for military personnel, as it involves the installation of new furniture in renovated barracks and lounge areas. Interested small businesses must submit their proposals electronically by August 7, 2025, and can direct inquiries to Rebecca Hayes at rebecca.l.hayes.ctr@usmc.mil or by phone at 910-451-0998.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for a furniture moving contract at Marine Corps Base Camp Lejeune, NC, designated M6700125Q0007. The contract seeks assistance for disassembly, assembly, relocation, installation, and disposal of government-owned furniture. The base period for service delivery is from June 1, 2025, to May 31, 2026, with two optional extension periods for 2026-2027 and 2027-2028, each estimated at 20,000 work hours. Key requirements include the contractor's ability to manage furniture logistics across multiple installations, providing necessary equipment and maintaining site cleanliness during operations. The contractor must have teams capable of completing multiple jobs concurrently and comply with safety measures to protect occupied facilities. Bids must be submitted electronically by March 31, 2025, at noon local time. Evaluation criteria will include technical capability, price, delivery timeline, and past performance. The award will prioritize responsible contractors, ideally small businesses, while strict compliance with various Federal Acquisition Regulations will guide the process. This initiative illustrates the government's ongoing commitment to efficient logistics operations in support of military facilities.
    The document outlines the labor hours required for the installation of various furniture and equipment in a 2-Person Barracks Room and a Lounge Area. Key items to be installed include Metal Lift Deck Beds, Secretaries, Nightstands, Mattresses, a Refrigerator/Microwave Combo, and a range of lounge furniture. Each item is specified along with its manufacturer and part number, indicating a need for precise installation of specific products. The document includes a structural layout for both the barracks and lounge areas, suggesting careful planning for the arrangement and functionality of spaces. The purpose of this RFP appears to be to solicit proposals for the installation work needed to equip the barracks and lounge in compliance with federal requirements, ensuring proper living conditions for personnel. This aligns with efforts to maintain quality standards in government housing facilities, focusing on the implementation of necessary furniture and appliances as part of a broader initiative to enhance overall living conditions.
    The document outlines Amendment No. 5 to solicitation M6700125Q0007 for furniture services at Marine Corps Base Camp Lejeune, NC. The amendment updates the evaluation clause, extends the performance periods, and modifies the close date for submissions to August 7, 2025. The contract involves disassembly, assembly, relocation, and disposal of furniture with a projected workload of 20,000 man-hours for each performance period—running from September 15, 2025, to September 14, 2028—with two option periods. Quotes must be submitted electronically, meeting specific requirements such as detailed technical capabilities and past performance references. The selection will consider technical merit, pricing, delivery, and past performance. Additionally, contractors must comply with security and access procedures to the base, including registration with the Defense Biometrics Identification System (DBIDS) and adherence to identification standards due to recent regulation updates. This structured approach aims to ensure effective contractor selection and service delivery while complying with federal procurement regulations, emphasizing the importance of vendor qualifications and performance history in evaluating proposals.
    This document serves as an amendment to a solicitation under Contract ID M6700125Q0007, primarily addressing vendor questions regarding services for disassembly, assembly, relocation, and disposal of furniture. Key points include that there is no predefined list of items, and the contractor is responsible for providing transportation and storage, as no government resources will be provided. Wage determinations apply, with specific details found in the solicitation. The document outlines various inquiries from vendors, such as the necessity for weekend hours, previous contract references, and the organization of required teams for satisfactory service delivery. Importantly, no site visits or pre-bid meetings are permitted, emphasizing that requirements will develop as needed. Overall, the amendment clarifies contractual expectations and addresses common vendor concerns, ensuring transparency in the procurement process.
    This document outlines an amendment to a solicitation for a furniture services contract at Marine Corps Base Camp Lejeune, NC. The amendment serves to provide answers to vendor inquiries, update the Performance Work Statement (PWS), and establish a deadline for question submissions. The contract encompasses services including disassembly, assembly, relocation, installation, and disposal of government-owned furniture across various installations, with a total of 20,000 estimated man hours from June 2025 to May 2026, followed by two optional renewal periods. Key points address staffing requirements, scope of work, billing terms, and access regulations, emphasizing the necessity of contractor compliance with security procedures such as DBIDS registration. Special note is given to the requirement for contractors to complete installations without displacing facility occupants and to uphold standards of cleanliness and damage prevention. The document includes detailed FAQs regarding project specifics that clarifies operational guidelines for participating vendors. This amendment reflects the government's commitment to maintaining structure in the procurement process while ensuring efficient and coordinated service delivery.
    The document is an amendment to a solicitation related to the Marine Corps Field Contracting System, specifically identifying changes to labor hours required for the installation of barracks rooms and lounge areas. The key updates include the incorporation of schematics, which detail the actual labor hours necessary for routine installations, aiming to enhance clarity in the solicitation process. Additionally, the deadline for questions from contractors has been set for June 12, 2025, while the new response deadline is June 23, 2025. This amendment necessitates an acknowledgment from contractors to ensure their offers are considered valid, emphasizing the importance of these changes in the contracting process. The document maintains the administrative structure typical of government RFPs, indicating ongoing efforts to manage and facilitate procurement effectively through clear, updated guidelines for contractor participation.
    This document is an amendment to a solicitation related to furniture installation for specified barracks and lounge areas. It outlines vendor queries and clarifications received regarding the project. Key points include confirmation that all furniture to be installed is new and that assembly will range from no assembly required for some items to requiring assembly for gaming chairs. The installation location is a renovated barracks, with all furniture delivered outside the room on a walkway, not assembled or unboxed. Vendors must submit the labor hours required for installing furniture into one barracks room and one lounge area, serving as a baseline for future task orders. The deadline for responses to this RFP has been extended to July 11, 2025, from the previous June date. The expected contract duration includes one base year with two optional years, beginning in September 2025, with the first task order anticipated in October 2025. The document emphasizes the need for precise adherence to these guidelines to ensure compliance and effective execution of the contract terms. Overall, this amendment serves to clarify requirements and extend timelines critical for the bidding process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Furniture, Finishes, and Equipment
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for the procurement of furniture, finishes, and equipment under a combined synopsis/solicitation format. The objective of this procurement is to acquire commercial items in accordance with Federal Acquisition Regulation guidelines, with approximately 20 percent of the work to be performed at government sites in California, including China Lake, Point Mugu, and Port Hueneme, and 80 percent at the contractor's site. This acquisition is classified as unrestricted under NAICS code 337214, and interested offerors are required to submit detailed past performance information and complete a Contractor Performance Assessment Questionnaire to demonstrate their qualifications. Proposals must be directed to Ashley Bruce at the Naval Air Warfare Center, with a focus on adhering to the specified deadlines and requirements outlined in the solicitation documents.
    Office Furniture (Except Wood) Manufacturing
    Buyer not available
    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.
    Multiple Services Contract
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.
    Scrap Metal (Ferrous)
    Buyer not available
    The Department of Defense, specifically the Commanding General at Marine Corps Base Camp Lejeune, is soliciting bids for the sale of at least 1,000,000 pounds of ferrous scrap metal, which may include miscellaneous non-ferrous materials such as mattress springs, barbed wire, barrels, and vented gas cylinders. Interested buyers must be U.S. citizens eligible for export licenses and are required to submit bids by December 9, 2025, at 2:00 PM EST, with a 50% deposit due prior to material pickup. The successful bidder will be responsible for the removal of all materials within eight weeks of the award and must comply with all safety and environmental regulations during transportation. For further inquiries, potential bidders can contact Gary J. Denson at gary.j.denson@usmc.mil or by phone at 910-451-2037.
    Furniture Removal and Disposal Services for the Romano Mazzoli Federal Building At USACE Louisville District Offices
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals from qualified contractors to provide furniture removal and disposal services for the Romano Mazzoli Federal Building in Louisville, Kentucky. The contractor will be responsible for dismantling and removing designated office furniture, ensuring that all work areas are left clean and that items are disposed of or donated responsibly, without any profit from the removed items. This procurement is significant as it involves the proper management of waste and adherence to environmental standards, with a total contract value of up to $34 million, set aside for small businesses. Interested parties must submit their proposals by December 10, 2025, at 11:00 AM Eastern Time, and can contact Joel Huberman at joel.huberman@usace.army.mil for further information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    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.
    NAVAIR Mobile Facilities Procurement
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.