The Department of Veterans Affairs is seeking bids for a firm-fixed-price, single-award indefinite-delivery indefinite quantity (IDIQ) contract to provide furniture moving, repair, and maintenance services for the VA Detroit Health System (VADHS). The contract, starting March 31, 2026, will have a two-year ordering period. Services include repairing chairs, desks, modular furniture, and lighting, replacing locking cores, relocating furniture, and managing inventory. The contractor must provide trained personnel for installation, reconfiguration, structural and upholstery repairs, and cleaning. Key requirements include providing a single point of contact, maintaining an inventory, and attending bi-weekly meetings with the COR. Submissions from interested parties are due by November 14, 2025.
This document is a combined synopsis/solicitation (RFQ) from the Department of Veterans Affairs for furniture repair and moving services. The solicitation, number 36C25026Q0106, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code is 811420 (Reupholstery and Furniture Repair) with a $9 million size standard, and the PSC is J071 (Maintenance Repair and Building of Equipment – Furniture). Quotes are due by December 30, 2025, at 12:00 Eastern Time. The place of performance is the John D. Dingell VAMC in Detroit, MI. The point of contact is Elizabeth Koses (elizabeth.koses@va.gov).
This document is a wage determination under the Service Contract Act for Monroe County, Michigan, detailing minimum wage rates for various occupations and associated fringe benefits. It specifies compliance with Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour) depending on contract dates, alongside annual adjustments. Covered employees are entitled to health and welfare benefits ($5.55/hour or $5.09/hour if EO 13706 applies), paid sick leave, vacation (2 weeks after 1 year, up to 4 weeks after 15 years), and eleven paid holidays. The document also outlines hazardous pay differentials, uniform allowance requirements, and the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations for accurate job classifications and wage rates.
This memorandum certifies that an offer submitted for solicitation 36C25026Q0106 complies with the Department of Labor Wage Determination (WD) requirements. The submitting company guarantees that all employees performing services under the potential contract will be paid an hourly rate equal to or greater than the current WD for their specific labor categories and the county where the VA medical center is located. This certification, dated December 4, 2025, requires signatures from the company's owner, CEO, and COO, affirming adherence to federal wage standards as outlined in the Performance Requirements Summary (PRS) of the Performance Work Statement (PWS). This document is crucial for ensuring fair labor practices in government contracts.
The Department of Veterans Affairs, Network Contracting Office 10, is using a Past Performance Questionnaire (PPQ) to evaluate offerors for the Motorola Police Radio Services contract. This document, classified as Source Selection Information, collects detailed performance data from organizations with first-hand experience with the offerors. The questionnaire covers contract identification, customer/agency identification, respondent identification, and a comprehensive performance information section with ratings and supporting details. Key areas of evaluation include management, quality control, problem-solving, adherence to schedules, responsiveness, and overall contractor performance. The VA requires responses by December 16, 2025, 12 PM EST, to ensure timely evaluation and successful source selection.
The document, titled "D.5 Furniture Repair Experience Questionnaire," is a component of a government request for proposals (RFP) or similar solicitation, likely from the Department of Veterans Affairs (VA). Its primary purpose is to assess a vendor's experience in furniture repair, specifically with brands commonly used by the VA. The questionnaire requires vendors to acknowledge and detail their experience with Herman Miller, Steelcase, Kimball, Teknion, and Haworth furniture. For each brand, the vendor must describe their relevant experience. If a vendor lacks experience with any of these specified brands, the document mandates an explanation of how they plan to meet the VA's furniture repair needs. This ensures that only qualified vendors capable of servicing the VA's existing furniture inventory are considered, highlighting the importance of specialized brand experience or a comprehensive plan for fulfilling repair requirements.
This government solicitation outlines an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for furniture repair, maintenance, and relocation services for the VA Detroit Health System. The contract, managed by the Department of Veterans Affairs, Columbus, will cover a base year and four option years, running from March 31, 2026, to March 30, 2031. Services include repairing various furniture brands, relocating items, assisting with inventory, and providing feasibility determinations for repairs. The contractor must supply all necessary labor, materials, and equipment, adhering to federal, state, and local regulations, including specific insurance requirements and compliance with security prohibitions related to certain foreign-made equipment. Invoices will be submitted monthly, and the contract is set aside for certified Service-Disabled Veteran-Owned Small Businesses. The estimated annual workload includes approximately 676 work orders across installation, moving, repair, and feasibility tasks.