Opportunity

SAM #2032H8-26-N-00001

IRS Nationwide Furniture Exchange and Remanufacturing Services Sought

Buyer

IRS Procurement Office

Posted

April 16, 2026

Respond By

April 30, 2026

Identifier

2032H8-26-N-00001

NAICS

561790, 562920, 423210, 541410, 484210, 337211, 337214, 337127

The Internal Revenue Service (IRS), Facilities Management & Security Services (FMSS), is seeking qualified vendors for a nationwide Furniture Exchange Program to support workspace realignment and furniture replacement across all 50 states, Puerto Rico, and the U.S. Virgin Islands. - Government Buyer: - Internal Revenue Service (IRS), Department of the Treasury - Facilities Management & Security Services (FMSS) - Scope of Services: - Comprehensive furniture services including: - Planning and design of office layouts - Evaluation of existing furniture and credit determination - De-installation and removal of furniture - Remanufacturing and refinishing to like-new condition - Delivery and installation at IRS facilities - Recycling and disposal in compliance with federal regulations - Documentation and reporting of environmental and cost savings - Warranty repairs and punch list management - Services must cover workstations, systems furniture, filing and storage, conference and case goods, and other office furniture - Projects range from 2,500 to 55,000 square feet and may involve furniture from multiple manufacturers - Unique Requirements: - Furniture must meet like-new condition standards and environmental certifications (e.g., GREENGUARD, BIFMA LEVEL 2) - Key personnel required: Lead Project Manager and Project Managers for each task order - Nationwide coverage including all 50 states, Puerto Rico, and the U.S. Virgin Islands - Focus on maximizing value through reuse, exchange, and sale, while minimizing cost and environmental impact - No specific OEMs or vendors are named; multiple manufacturers and product lines may be involved - Prospective vendors should review the draft Performance Work Statement for detailed requirements

Description

BACKGROUND

The Internal Revenue Service (IRS), Facilities Management & Security Services (FMSS), is responsible for providing IRS Business Units with sustainable workstations and office furniture that support a safe, secure, and mission-effective work environment.

FMSS manages nationwide workspace realignment, reduction, and consolidation efforts and must optimize existing furniture assets by reusing, exchanging, recycling, or disposing of inventory in accordance with Federal Management Regulation (FMR) requirements.  

PURPOSE

This Sources Sought Notice (Notice) is issued for market research purposes only and does not constitute a solicitation for proposals, quotations, or bids, nor does it represent a commitment by the Government to issue a solicitation in the future. The purpose of this Notice is to identify and assess the availability, interest, and capability of qualified sources to perform the potential requirement described herein. Responses will assist the Government in determining the appropriate acquisition strategy, including the potential for small business participation and any barriers to entry. A draft Performance Work Statement (PWS) is provided for reference.

This Notice does not obligate the Government to award a contract or to pay any costs incurred in responding. All costs associated with responding to this Notice are solely the responsibility of the respondent. Responses are not offers and cannot be accepted to form a binding contract. No funds have been authorized, appropriated, or received for this effort, and the Government is not obligated to pursue any acquisition as a result of this Notice. Responses will not be returned.

The Government reserves the right to use information submitted in response to this Notice for any lawful purpose. Respondents are responsible for clearly marking any proprietary or competition-sensitive information. The Government may use non-proprietary information to develop its acquisition strategy, requirements documentation, and performance specifications. Responses may also be used to evaluate overall market capability, including factors such as technical approach, implementation considerations, lifecycle expectations, cost considerations, and risk. The Government may contact respondents for clarification or additional information as part of this market research.

Respondents should ensure submissions are complete and sufficiently detailed to enable the Government to evaluate their capability to perform the requirement. Failure to respond to this Notice does not preclude participation in any future solicitation. The Government is not required to acknowledge receipt of responses or provide feedback. If a solicitation is issued in the future, it will be synopsized in accordance with applicable regulations; however, responses to this Notice will not be considered responses to any future solicitation.

SCOPE

The Contractor shall provide all personnel, supervision, transportation, equipment, tools, materials, and management necessary to perform:

Furniture planning and design Furniture evaluation and credit determination Furniture de-installation and removal Remanufacturing and refinishing Delivery and installation Recycling and disposal Documentation and reporting

The requirement includes workstations, systems furniture, filing and storage, conference and case goods, and other office furniture as identified in individual Task Orders/Delivery Orders (TO/DOs).

Individual projects may range from 2,500 SF to 55,000 SF, with furniture from multiple manufacturers and product lines.

Program objectives include:

Maximize value of current IRS office furniture through reuse and Exchange/Sale. Coordinate furniture needs and availability across projects and territories. Streamline planning and delivery of furniture services to IRS project managers and end users. Document environmental and cost savings for reporting and continuous improvement.

The goal is to align IRS furniture inventory with current space needs by eliminating unused or outdated items and updating furnishings in a manner that minimizes cost and environmental impact.

*** Prospective vendors are encouraged to review the attached draft Performance Work Statement (PWS) for an overview of the scope and objectives of this requirement. Please note that the PWS is subject to change based upon the feedback and insights gathered through this RFI. ***

RESPONDING TO THIS RFI

Sources able to satisfy the requirements detailed in the PWS are invited to submit information describing their capabilities. Please limit submissions to a MAXIMUM of 15 pages (including cover page, white paper response, diagrams, photos, etc.). Responses shall be provided in Microsoft Word or Adobe PDF format, using 11 font size and 8.5 x 11-inch pages. No hard copies will be accepted.

Submissions shall be received at IRS via email to Davida.E.Patton@irs.gov and Francesa.Contee@irs.gov , no later than 12:00pm EST Thursday, April 30, 2026. Early submissions are encouraged. IRS reserves the right to review late submissions, however, there is no guarantee of review of late submissions.

Please include the RFI title “RFI Response to FEP (Company Name)” in the subject line of your email and provide electronic submission (Word or PDF) of your response.

Responses shall include the information requested below. The cover page (one page maximum) shall include the following information:

Company Information and Single Point of Contact (Name, Title, Contact Information) SAM.gov Unique Entity Identifier (UEI) Addresses- mailing, website, social media Brief Overview of the Company Number of Employees Business Type, NAICS code(s), Company Size (other than small, small business, Service-Disabled Veteran Owned Small Business (SDVOSB), etc.) List of any GSA, NASA SEWP, GWAC Contracts or other Federal Contracts similar to this requirement

In addition to the cover page, the Government requests responses to the questions provided in the attachment “FMSS Furniture Exchange Program RFI Questions”. Prospective vendors shall limit the responses to the RFI questions and any supplemental documentation, such as diagrams, photos, attachments, testimonials to a MAXIMUM of 14 pages. Responses received by the Government exceeding the 15-page limit will not be reviewed beyond the first 15 pages.

Any company proprietary information, performance capabilities, and/or future modifications should be clearly identified and marked; please segregate proprietary information. Please be advised that all submissions are confidential between the company and the Government, shall be deemed Government property, and will not be returned.

QUESTIONS RELATIVE TO THE RFI

All questions regarding this RFI shall be received at IRS via email at Davida.E.Patton@irs.gov, and due no later than 5:00pm EST Tuesday, April 21, 2026. All answers to the questions will be posted via this publication on SAM.gov.

TERMS & CONDITIONS

This Request for Information (RFI) does not obligate the Government to award a contract or otherwise pay for any information provided in response. All costs associated with responding to this RFI are solely the responsibility of the respondent. Responses are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government is not obligated to pursue any particular acquisition strategy or alternative as a result of this RFI, and responses will not be returned.

The Government reserves the right to use information provided by respondents for any lawful purpose. The Government may contact some, all, or none of the respondents to obtain clarification or additional information as part of this market research effort. Any such communication is for informational purposes only and shall not be construed as an indication of the Government’s intent to pursue a contract or enter into negotiations.

Respondents are responsible for ensuring that their submissions are complete and sufficiently detailed to allow the Government to evaluate their capabilities. The Government is under no obligation to acknowledge receipt of responses or provide feedback. Following review of responses, the Government may issue a pre-solicitation notice and/or solicitation via the Government Point of Entry (e.g., SAM.gov) or other appropriate platforms (e.g., GSA eBuy). Responses to this RFI will not be considered responses to any future solicitation. Failure to respond to this RFI does not preclude participation in any future solicitation.

View original listing