Furniture and Fixtures with Installation Services
ID: 36C26025Q0763Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

MISCELLANEOUS FURNITURE AND FIXTURES (7195)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the supply and installation of furniture and fixtures, including manual blinds, sanitary dispensers, security mirrors, and baby changing tables, for Building 7 at the Mann-Grandstaff VA Medical Center in Spokane, Washington. This procurement is a total small business set-aside under NAICS code 337214, emphasizing the need for compliance with federal acquisition regulations and specific VA acquisition regulations. The project is critical for enhancing the facility's operational capabilities and ensuring a comfortable environment for veterans. Interested vendors must submit their quotes by August 15, 2025, at 12:00 PM PDT, with questions due by August 7, 2025, at the same time, and all communications should be directed to Sangmi Kim at sangmi.kim@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation 36C26025Q0763, issued by the NCO 20 Network Contracting Office, Vancouver, WA. The purpose of this amendment is to address offeror questions and amend the solicitation and salient characteristics. Key changes include clarifying that manual blinds are required, amending the B.2 Price/Cost Schedule to reflect this, and updating the salient characteristics accordingly. The estimated delivery date for furniture is on or before February 1, 2025, with an anticipated "will-call" date of January 5, 2026, contingent on building construction. The contractor must coordinate delivery with the VA Interior Designer and may need to adjust schedules without additional cost to the government due to construction delays. All other terms and conditions of the original solicitation remain in effect.
    The Department of Veterans Affairs is soliciting proposals for the provision and installation of furniture and fixtures for the Mann-Grandstaff VA Medical Center's Building 7 remodel in Spokane, WA. This procurement is set aside for small businesses, with a focus on service-disabled veteran-owned and other small business classifications. Interested vendors must submit their offers by August 15, 2025, and direct any inquiries to the provided contact. The scope includes delivery and installation of specified items such as Mecho Blinds, sanitary dispensers, security mirrors, and changing tables, all of which must meet specified characteristics and dimensions outlined in the attachments. The contractor is responsible for project management, ensuring coordination with VA contacts, and adherence to timelines. Installation must occur within two weeks after furniture delivery, with a completion deadline of February 1, 2025. Comprehensive requirements for project delivery, quality control, and compliance with federal regulations are emphasized, including securing necessary personnel clearances and managing subcontracting limitations. This RFP underscores the VA's commitment to engaging small businesses while enhancing healthcare facilities through strategic upgrades, ensuring adherence to safety and functionality standards throughout the installation process.
    The Department of Veterans Affairs (VA) is soliciting proposals (RFP 36C26025Q0763) for the supply and installation of furniture and fixtures, including various Mecho Blinds, sanitary dispensers, security mirrors, and baby changing tables, for Building 7 at the Mann-Grandstaff VA Medical Center in Spokane, WA. This is a 100% small business set-aside acquisition under NAICS code 337127 with a 500-employee size standard. The solicitation emphasizes that offers are due by August 15, 2025, at 12:00 PM PDT, with vendor questions due by August 7, 2025, at 12:00 PM PDT. All submissions must be via email. The contract includes provisions for electronic invoicing, compliance with federal acquisition regulations (FAR), and specific VA acquisition regulations (VAAR) related to service-disabled veteran-owned and veteran-owned small businesses, limitations on subcontracting, and electronic payment requests. The contractor is responsible for delivery, installation within two weeks of the installation date, coordination with the VA, providing detailed installation plans, and ensuring proper disposal of packaging. The project requires adherence to VA security policies and includes clauses on inspection, acceptance, and potential termination for convenience or cause.
    The document outlines salient characteristics for various items, likely for a federal government Request for Proposal (RFP) or grant. It details specifications for different types and quantities of Mecho Blinds, including standard and black-out versions, specifying dimensions, material content (PVC, polyester, vinyl coating, fiberglass), fire classification, bacterial and fungal resistance, disinfection methods, acoustic performance, mesh weight, and fabric thickness. Additionally, the document lists requirements for sanitary napkin dispensers and disposal units, detailing quantities, operation type, color, material, capacity, and dimensions. Security mirrors, including half-dome and quarter-dome styles, are specified by quantity, shape, material, dimensions, viewing angle, and mounting location. Finally, specifications for wall-mounted baby changing tables are provided, covering quantity, brand, manufacturer, material, dimensions, weight capacity, ADA compliance, and warranty.
    This government file details a floor plan for an office space, likely for renovation or new construction, given its context within federal and state RFPs and grants. The plan outlines various rooms and their dimensions, including multiple offices, ADA-compliant restrooms, telehealth rooms, a group/conference room, a staff lounge, copy/work areas, storage, IT closets, and mechanical/electrical rooms. The document distinguishes between existing offices and new or reconfigured spaces, indicating a blend of current infrastructure and planned enhancements. Key areas include several telehealth rooms (305 sq ft, 203 sq ft, 203 sq ft, 222 sq ft), multiple offices ranging from 100 sq ft to 148 sq ft, and essential support areas such as ADA toilets (72 sq ft, 73 sq ft, 62 sq ft, 53 sq ft). The layout also features a large corridor (1748 sq ft), a mechanical room (516 sq ft), and an electrical room. The detailed measurements and room classifications suggest a comprehensive spatial planning document for a government facility project.
    The document details salient characteristics for various items sought by a government entity, likely for an RFP. It specifies requirements for manual Mecho Blinds in different sizes (6’W x 4”H, 3’W x 4’6”H, 16’8”W x 6’H, 12’W x 6’H), all requiring 1600 Series 3% Open Solar optical properties, white color, 76% PVC and 24% Polyester content, fire classification, bacterial/fungal resistance (ASTM G21 & ASTM E2180), and disinfection with hydrogen peroxide. Additionally, Mecho Black-Out Blinds (3’W x 4’6”H, 6’W x 4’6”H) are requested with specific color, content (63% Vinyl Coating, 37% Fiberglass), and fire classification (NFPA 701). The document also outlines specifications for wall-mounted sanitary napkin dispensers and disposals, dome security mirrors, baby changing tables (Koala Kare KB300-01SS), and quarter dome safety mirrors, including quantities, dimensions, materials, and operational features. The purpose is to procure these items according to detailed specifications for government facilities.
    The provided government file details a floor plan or architectural layout, likely for a federal or state facility, outlining various rooms and their square footage. Key areas include multiple offices, telehealth rooms, ADA-compliant toilets, a copy/work area, a waiting area, a group/conference room, a staff lounge, storage, an IT closet, a house-keeping room, and mechanical/electrical rooms. The document also indicates "Existing Office" spaces, suggesting a renovation or expansion project. The presence of specific room labels and dimensions, along with technical notations like "B7-XXX," "FT199," and "NP503.J06," indicates a detailed blueprint for construction, refurbishment, or space allocation within a government building. The file's context within government RFPs suggests it serves as a foundational document for bids related to facility upgrades, space utilization, or construction projects.
    This document, Wage Determination No. 2015-5537 Revision No. 26, issued by the U.S. Department of Labor, outlines the minimum wage rates and benefits for service contract workers in Spokane and Stevens Counties, Washington. It specifies that contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, requiring a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658 with a minimum wage of $13.30 per hour. The document details various occupational wage rates, fringe benefits including health and welfare, vacation, and eleven paid holidays. It also provides guidelines for
    The document outlines a request for proposals (RFP) detailing the procurement of various types of blinds, sanitary equipment, and mirrors for government facilities. Specifically, it lists specifications for different Mecho Blinds, including sizes, materials, fire classification, acoustic performance, and cleaning requirements, indicating a total of 26 blind units required. Additionally, the RFP includes sanitary napkin dispensers and disposal units, emphasizing functionality, size, and material suitability, with six units of each type requested. Security measures are also addressed through the request for dome and quarter dome mirrors, highlighting their dimensions and mounting options. Lastly, it mentions the procurement of wall-mounted baby changing tables, specifying ADA compliance and material details. The structured layout presents each item category clearly, enabling efficient understanding of the needs for public health and safety equipment in government spaces.
    The document outlines the spatial layout and dimensions of various rooms in a facility, likely intended for compliance with ADA (Americans with Disabilities Act) standards and federal regulations regarding building design. It lists different areas including offices, telehealth spaces, ADA toilets, and conference rooms alongside their corresponding square footage, indicating a structured approach to space planning. Notably, various existing offices with standardized dimensions suggest a focus on creating a functional environment for staff and visitors. The layout includes specialized facilities such as mechanical rooms and storage areas. The document also denotes corridors, which are essential for accessibility. Overall, the planning seems aimed at improving service delivery and accessibility in accordance with governmental requirements for public facilities. This document serves as a preparatory reference for potential contractors or stakeholders involved in facility upgrades or evaluations.
    The "Register of Wage Determinations Under the Service Contract Act" issued by the U.S. Department of Labor outlines wage rates and requirements for contracts covered by this Act, predominantly for work performed in Washington State. Contractors are mandated to adhere to minimum wage rates based on the Executive Orders 14026 and 13658, which set pay rates of at least $17.75 and $13.30 respectively, depending on the contract's start or renewal date. The document details various job classifications and corresponding hourly wage rates for multiple occupations, including administrative, automotive, food service, and health-related roles, among others. Additionally, it highlights fringe benefits such as health and welfare, vacation, and holiday pay, stipulating specific provisions under federal regulations. The document underscores existing guidelines for conforming job classifications not explicitly listed in the wage determination, emphasizing compliance and notification protocols necessary for contractors. This wage determination is a critical component for ensuring fair labor practices and adequate compensation for employees working on federally contracted services, aligning with broader governmental objectives for equitable pay.
    Amendment 0001 to Solicitation 36C26025Q0763 modifies the original solicitation by addressing questions from offerors and amending specific requirements. Key changes include clarifying that manual blinds are required, rather than motorized, and updating the B.2 Price/Cost Schedule and Salient Characteristics to reflect this. The estimated delivery date for furniture is on or before February 1, 2026, with an anticipated "will-call" date of January 5, 2026. The contractor may need to adjust the delivery schedule without additional cost to the government due to potential building construction delays. All other terms and conditions of the original solicitation remain in effect. This amendment ensures clarity and accuracy for all bidders involved in this federal government procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--Renovate Building 73 Interior, 618-195 (VA-26-00007446) Minneapolis HCS, MN - VISN 23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a firm-fixed-price contract to renovate the interior of Building 73 at the Minneapolis VA Medical Center, identified as project 618-195. The project aims to provide comprehensive design-build services that include replacing worn finishes, repairing HVAC components, and constructing interior partitions to enhance operational efficiency. This renovation is crucial for accommodating new operational needs within the facility. The solicitation is anticipated to be issued in December 2025, with a performance period of approximately 370 calendar days and an estimated construction magnitude between $500,000 and $1,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and all inquiries should be directed to Contract Specialist Zachary Penhollow at zachary.penhollow@va.gov or Joelle Mascarenas at joelle.mascarenas@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the renovation of the pharmacy at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, West Virginia, to ensure compliance with USP 800 standards. The project, designated as 540-18-102, requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for the construction services, with a performance period of 496 calendar days. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $2,000,000 and $5,000,000, and interested bidders must be registered in the SAM database and the SBA Small Business Search Database. The deadline for bid submissions is January 7, 2026, at 3 PM Eastern Time, and all inquiries should be directed to Contracting Officer Rebecca Besten at Rebecca.Besten@va.gov or by phone at 304-623-3461 ext 3895.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    657-23-117, Create Cohesive Wayfinding System for Veterans, Bldg.1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to create a cohesive wayfinding system at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to enhance the veteran experience by updating outdated architectural finishes and installing directional kiosks, informational monitors, and displays honoring each military branch. This initiative is crucial for improving navigation and accessibility within the facility, with an estimated construction cost between $500,000 and $1 million. Interested vendors must submit their capabilities by 2:00 PM CST on December 22, 2025, via email to Gislaine Dorvil at Gislaine.Dorvil@va.gov, referencing "SOURCES SOUGHT: Project 657-23-117 Create Cohesive Wayfinding System for Veterans, Bldg. 1" in the subject line.
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    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.
    Z2DA--666-26-121_(C) Gillette Small Upgrade Project (VA-26-00006671)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming, focusing on renovations to improve clinic operations. The project includes correcting drainage issues, replacing an exterior door and frame, and remodeling casework, finishes, and furnishings in three specific areas of the clinic, all while adhering to strict VA construction standards and safety protocols. This opportunity is particularly significant as it is set aside for verified Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Interested offerors must submit their proposals via email by January 6, 2026, at 10:00 AM MT, and can direct inquiries to Contract Specialist Elia-Laritza L Ruiz-Manzo at Elia-Laritza.Ruiz-Manzo@va.gov.