Opportunity
SAM #FA860126Q0046
Air Force Solicitation for Indiana Furniture, Interface Flooring, and Related Services at Wright Patterson AFB
Buyer
Air Force Life Cycle Management Center
Posted
May 07, 2026
Respond By
May 22, 2026
Identifier
FA860126Q0046
NAICS
337214, 541410
The U.S. Air Force Life Cycle Management Center (AFLCMC) at Wright Patterson Air Force Base is seeking small business quotes for the procurement, delivery, and installation of furniture and related services for Building F20016, Project 2026SH026. - Government Buyer: - U.S. Air Force, AFLCMC/PZIO (PZI Installation Contracting Support), Wright Patterson AFB - 88th Air Base Wing Civil Engineering Directorate, Interior Design Specialist - OEMs and Vendors Mentioned: - Indiana Furniture (Rockstar Headliner, DAB, Catalyst, Synergy series) - National Office Furniture (Waveworks) - Calyx Glass (Magnetic Glass Board) - Interface (Open Air Collection Carpet, Brushed Lines LVT Flooring) - Products/Services Requested: - 38 Indiana Furniture Rockstar Headliner mid-back conference room chairs (Model 101H) - 24 Indiana Furniture DAB mesh back upholstered guest chairs (Model 910M) - 8 Indiana Furniture DAB poly breakroom chairs (Model 910P) - 1 Indiana Furniture Catalyst Series 54" x 288" conference room table - 1 Indiana Furniture Catalyst Series 48" x 144" conference room table - 2 Indiana Furniture 36" x 36" break room tables - 2 Indiana Furniture Catalyst Series buffet credenzas - 2 National Office Furniture Waveworks mobile computer carts (Model WW2436MCCL) - 1 Indiana Furniture Synergy Series shelf partition (42" x 22" x 73") - 2 Calyx Glass magnetic glass boards (48" x 96", Model MGMI-48) - 1 Interface Open Air 411 carpet (approx. 145 sq. yards, includes rubber wall base and adhesive) - 1 Interface Brushed Lines LVT flooring (approx. 70 sq. ft, Style A016) - Design services (space planning, product specification, up to three design revisions) - Delivery, storage, and manufacturer-certified installation services (including removal, warehousing, project management, and compliance with safety/telecom requirements) - Unique/Notable Requirements: - 100% Small Business Set Aside (NAICS 337214) - CMMC Level 1 cybersecurity compliance required - Registration in System for Award Management (SAM) required - Delivery and installation must be completed within 160 days after contract award - All products must be equivalent to or better than specified models; substitutions must meet or exceed listed features and quality - Coordination with government for site access, security, and finish/material selection
Description
Combined Synopsis/Solicitation
AFLCMC/PZI Installation Contracting Support
Wright Patterson AFB, OH 45323
Date: 7 May 2026
Title: Furniture Building F20016, Project 2026SH026
Request for Quote (RFQ) / Solicitation Number: FA860126Q0046
Quotes Due: 22 May 2026 at 4:00 PM EST
Contact Point(s): Nasir al-Din Rashid, Contract Specialist; nasir_al-din.rashid.1@us.af.mil
Contact Point(s): Claire Hess, Contracting Officer; claire.hess@us.af.mil
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information, included in this notice. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. The solicitation is conducted as a commercial procurement using Simplified Acquisition Procedures (FAR Part 13). This notice is expected to result in award of a Firm Fixed Price (FFP) contract for a commercial commodity to the responsible offeror who submits a quotation that: (1) conforms to the requirements, (2) complies with the minimum requirements stated in the Statement of Work (SOW) as evidenced by providing a complete description of the equipment provided, and (3) that submits the quotation with the lowest price technically acceptable, provided that the price is determined to be fair and reasonable.
The Government reserves the right to conduct interchanges with some, none, or all offerors, or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable.
This requirement shall include a 100% Small Business Set Aside under NAICS 337214 with a size standard of 1100 Employees.
Requirement: All items listed below in accordance with Statement of Work (SOW)
CLIN Supplies/Service Quantity Unit
0001 CH-1: Mid-Back Conference Room Chair 38 Each
0002 CH-2: mesh Back Upholstered Seat Guest Chair 24 Each
0003 CH-3: Poly Breakroom Chair 8 Each
0004 T-1: 54” x 288” Conference Room Table 1 Each
0005 T-2: 48” x 144” Conference Room Table 1 Each
0006 T-3: 36” x 36” Break Room Table 1 Each
0007 BC-1: Buffet Credenza 2 Each
0008 MCC-1: Mobile Computer Cart 2 Each
0009 SP-1: 42” x 22” x 73” Shelf Partition 1 Each
0010 GB-1: 48”x96” Magnetic Glass Board 2 Each
0011 CPT-1: Interface Open Air Collection/Carpet 1 Each
0012 LVT-1: Interface Brushed Lines Floor 1 Each
0013 Design 1 Each
0014 Furniture Freight, Receiving, Delivery, & Installation 1 Each
Period of Performance: The delivery is required within 160 days After Receipt of Order (ARO).
Request for Information (RFIs): The Government will accept questions concerning solicitation number FA860126Q0046 until 15 May 2026 at 4:00 PM EST. Email your questions on a .pdf, .doc, .docx, .xls or .xlsx document to nasir_al-din.rashid.1@us.af.mil and claire.hess@us.af.mil. Any questions received after this date and time may not be considered.
Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist via e-mail at nasir_al-din.rashid.1@us.af.mil and Contracting Officer at claire.hess@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 22 May 2026 at 4:00 PM EST. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line “FA860126Q0046, Furniture F20016 Project 2026SH026”. The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. If a DoDSafe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after the designated closing date and time need not be considered. Quotes must include the aggregate total of base plus all option year CLINS, if requested (IAW FAR 52.217-5 Evaluation of Options). All quotes shall be in whole dollars and conform to the Contract Line-Item Number (CLIN) structure of attached solicitation.
Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date.
Period of Acceptance of Quotes: Offeror agrees to hold prices in its quote firm for 120 calendar days from the date specified for receipt of offers.
SAM Registration: Firms submitting a quote for the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless of the package being considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov.
Mandatory Cybersecurity Maturity Model Certification (CMMC) Level 1 Assessment: In accordance with R- DFARS 252.204-7021 and R-DFARS 252.204-7025, a CMMC Level 1 assessment is a mandatory requirement for all offerors. To be eligible for contract award, offerors must demonstrate full compliance with the 15 basic safeguarding requirements outlined in RFO 52.240-93. The contractor is responsible for entering the assessment results into the Procurement Integrated Enterprise Environment (PIEE), specifically within the Supplier Performance Risk System (SPRS) module. Contract award cannot be made to any offeror that is not fully compliant and whose assessment results are not properly recorded in the system of record. If you require assistance in completing this requirement, please reach out to the Contracting Specialist and Contracting Officer for this effort.
Provisions and Clauses: See solicitation attachment for applicable provisions and clauses. Offerors shall complete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. Additionally, quotations that contain pricing only with no description/detail of the equipment that will be provided will not be accepted or considered for award.
List of Attachments:
Combo Synopsis/Solicitation_FA8601-26-Q-0046 Solicitation FA8601-26-Q-0046 Statement of Work Optional Carpet BPA Instructions 05a -ID-1 F20016 Furniture Plan 1.1 05b -ID-2 F20016 Furniture Plan 1.2 05f-Interface_Brushed Lines 4_5 mm_Spec