Dispatcher Workstation & parts
ID: FA446025Q0316Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

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 proposals for the procurement of dispatcher workstation furniture at Little Rock Air Force Base in Arkansas. The project requires the design, delivery, and installation of six ergonomic workstations, including four dispatcher workstations, two supervisor workstations, and a map table, all equipped with necessary storage and connectivity features to enhance operational efficiency. This procurement is critical for improving communication capabilities within the Emergency Communications Center, ensuring that personnel have the appropriate tools for effective dispatch operations. Interested vendors must submit their quotes by 1 PM on May 13, 2025, and can direct inquiries to SrA Roscoe at darius.roscoe@us.af.mil or Jared A. Van Orman at jared.van_orman.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines the instructions for offerors responding to a federal solicitation for commercial products and services. It specifies that the government will award a contract to the responsible offeror with the most advantageous submission based on price and other factors. Offerors must comply with all solicitation requirements, submit their offers before the specified deadline, and include crucial information such as the solicitation number, offeror details, technical descriptions, pricing, representations, and acknowledgments. Offers must remain firm for a minimum of 30 calendar days unless otherwise specified. Any failure to meet requirements could result in disqualification. The content emphasizes the importance of adhering to the laid-out terms and providing thorough documentation to ensure consideration in the evaluation process for government contracts. This addendum reinforces compliance within the competitive context of federal grants and RFPs, ensuring efficient procurement processes.
    This document outlines the evaluation process for government contracts for commercial products and services through a Request for Proposals (RFP). The process prioritizes the selection of the most advantageous offer based on price and technical capability. Key evaluation factors include price, technical acceptance, and past performance, which are equally weighted. The evaluation procedure begins with ranking offers by price, followed by a technical assessment to determine if they meet the specified requirements. Offers deemed “Unacceptable” during this evaluation will be excluded from further consideration. If fewer than three acceptable offers are received, all will be evaluated. The government reserves the right to communicate with bidders and may choose not to award a contract based on the received offers and available funding. Ultimately, the award will go to the Lowest Priced, Technically Acceptable (LPTA) offer, which represents the best value to the government. A notice of award will create a binding contract without need for further action. This structured evaluation aims to ensure that contracts are awarded based on a combination of cost-effectiveness and quality compliance, aligning with government procurement standards.
    The document outlines a request for a design layout for a specified room, emphasizing the need for accurate room dimensions. It presents a requested design layout alongside a corresponding floorplan that reflects the correct measurements. This request is likely part of a broader federal or local RFP aimed at engaging contractors or architects for a project involving renovations or renovations of space under government regulation. The essence of the file rests in establishing the criteria for proposals that meet the outlined design and dimensional requirements, thereby ensuring that prospective vendors understand the project scope and adhere to the necessary specifications for submission. Ultimately, this document serves as a foundational guideline to procure professional services in line with government contracting protocols.
    The Performance Work Statement (PWS) outlines the requirements for the design, delivery, and installation of ergonomic dispatch consoles at Little Rock Air Force Base's Emergency Communications Center. The current setup is ineffective, prompting a need for new workspace solutions to enhance communication during emergencies. The contractor's responsibilities include furnishing six workstations: four for dispatchers and two for supervisors, each equipped with advanced ergonomic features such as adjustable heights, monitor mounting capabilities, and ample storage. The project emphasizes the importance of an effective layout, ensuring access paths are respected and creating efficient spaces for map tables. It also specifies the necessity of pre-wiring for various connections and climate control systems within the workstations. Training for personnel and a one-year warranty post-installation are required, with completion expected by July 31, 2025. The document stresses maintaining quality control, detailing government-furnished resources, and highlighting security measures for contractor personnel during operations. This PWS exemplifies a structured approach to fulfilling government RFP requirements, reinforcing the operational efficiency of the Emergency Communications Center.
    The document outlines responses to queries regarding the installation of dispatcher workstation equipment. The project does not require a live cutover, as the installation space is vacant without existing consoles. The contractor will not be responsible for the disposal of any consoles, as none exist on-site. The specifications for the map table clarify that it should simply support a computer monitor and include power and connectivity ports, rather than being a fully equipped console itself. The equipment provided by the contractor may have Bluetooth compatibility, which is allowed. Lastly, a standard five-year warranty is sufficient, rather than an extended ten-year warranty. This document is part of a Request for Proposals (RFP) process, focusing on optimizing the installation planning and requirements for government dispatch services.
    The document appears to be a restricted PDF file, which cannot be readily opened or viewed due to compatibility issues and security settings. Consequently, it lacks any substantive content for thorough analysis or summarization. Given this limitation, the main topic or purpose remains unclear, and key ideas and supporting details cannot be identified. Without access to the content, it's impossible to formulate a meaningful summary or delineate the structure of the document. To move forward, it is advisable to obtain a compatible PDF reader to access the file or seek an alternative source for the information contained in the document.
    The document appears to be inaccessible, displaying a message indicating that it cannot be displayed properly in the current PDF viewer. It suggests upgrading to the latest version of Adobe Reader or visiting their support page for assistance. Given these circumstances, there’s no substantive content available for analysis or summarization. Therefore, without the original material or details on any Requests for Proposals (RFPs), federal grants, or state and local RFPs, it’s impossible to identify a main topic or extract key ideas related to government documents. A review or access to alternate formats of the file would be necessary for a comprehensive summary.
    The document outlines wage determinations under the Service Contract Act (SCA) as mandated by the U.S. Department of Labor. It specifies the minimum wage rates that must be paid to employees working on federal contracts in Arkansas, impacting numerous job classifications such as administrative support, automotive service, healthcare, and technical occupations. Key wage rates are set based on whether contracts are subject to Executive Orders 14026 and 13658, which establish federal minimum wage standards. A $17.75 per hour minimum applies to contracts from January 30, 2022, while contracts prior to that date are subject to a minimum of $13.30 per hour unless a higher wage is specified. The document also emphasizes fringe benefit requirements and paid sick leave stipulations for federal contractors, detailing expectations for vacation, holidays, and specific occupational protections. Additionally, it outlines the process for contractors to classify new job categories that may not be listed, ensuring compliance with the established wage standards. Overall, the document serves to inform contractors about their obligations under federal wage laws, promoting fair labor practices in government contract work.
    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.
    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.
    Crossmatch Booking station
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.
    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.
    Building 254 Roll-Up Door #2
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    ELMR Transport Equipment Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the relocation of Enterprise Land Mobile Radio (LMR) equipment to a new Consolidated Communications Facility at Barksdale Air Force Base in Louisiana. The procurement is justified as a single-source acquisition due to the proprietary nature of the equipment, which can only be serviced and maintained by Motorola, the sole authorized vendor, as it possesses unique administrative configurations and warranty coverage. This relocation is critical as it aligns with the migration and demolition of legacy facilities, ensuring continued operational capability. Interested parties can reach out to Stephanie Prentice at stephanie.prentice@us.af.mil for further details regarding this opportunity.
    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.
    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.
    59--WORK STATION KIT,EL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 47 units of the Work Station Kit, Electrical (NSN 5920012504235). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for the specified items, which are critical components in electrical and electronic equipment manufacturing. The contract will have a term of one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 7 units and an estimated 9 orders per year, to be delivered to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    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.