N--NIFC 440-BAC FURNITURE
ID: 140L3725Q0066Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

INSTALLATION OF EQUIPMENT- FURNITURE (N071)
Timeline
    Description

    The Department of the Interior, Bureau of Land Management (BLM), is seeking to procure new modular furniture and installation services for the National Interagency Fire Center (NIFC) located in Boise, Idaho. The procurement aims to provide furniture that fits the specific layout of communication and power poles as outlined in the building construction documents, ensuring compatibility with existing government-owned modular furniture components. This acquisition, valued at approximately $204,537.54, is intended to be negotiated with MillerKnoll Inc. as the sole source, supported by a Justification for Other than Full and Open Competition. Interested parties must submit their qualifications by 5 PM Eastern on May 6, 2025, to the Contracting Officer, Casey Gean Boyd, at cmboyd@blm.gov.

    Point(s) of Contact
    Boyd, Casey
    (000) 000-0000
    (208) 387-5414
    cmboyd@blm.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    N--NIFC 440-BAC FURNITURE
    Currently viewing
    Special Notice
    Similar Opportunities
    Custom Made Furniture
    State, Department Of
    The U.S. Embassy in Panama is seeking qualified vendors to provide custom-made furniture as part of a combined synopsis/solicitation under solicitation number 19PM0726Q0003. The procurement includes a variety of furniture pieces such as folding tables, reception cubicles, desks, filing cabinets, and conference tables, all of which must meet specific design and material requirements, including features like cable management and integrated power outlets. This furniture will be utilized within the embassy to enhance operational efficiency and workspace functionality. Interested offerors must submit their proposals by email to INLPROCPANAMA@STATE.GOV by 3:00 PM (local time) on January 5, 2026, and are required to attend a mandatory site visit on December 16, 2025, to confirm measurements. For inquiries, contact Claudia Burke at BURKECC@STATE.GOV or Johanna Martinez at martinezje2@state.gov.
    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.
    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.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    N0SSA FURNITURE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command at the Naval Surface Warfare Center Indian Head Division, is soliciting quotes for furniture removal services under Request for Quote (RFQ) N0017426Q1010. The procurement involves the removal and disposal of 32 office cubicles and miscellaneous office furniture, with the requirement to complete the service within one week of contract award. This opportunity is particularly significant as it supports the efficient management of office space and resources within the Navy, with a total estimated award amount of $47,000,000. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by 12 PM Eastern Time on December 22, 2025, and can contact Christina E. Simpson at christina.e.simpson.civ@us.navy.mil or 301-744-6627 for further details.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    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.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    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.