Opportunity
SAM #FA860126Q0042
Procurement and Installation of Ergonomic Office Furniture at Wright-Patterson AFB
Buyer
Air Force Life Cycle Management Center
Posted
May 08, 2026
Respond By
June 08, 2026
Identifier
FA860126Q0042
NAICS
337214, 423210, 561730, 238390, 541410
This opportunity involves the procurement and installation of ergonomic office furniture and related services for Wright-Patterson Air Force Base: - Government Buyer: - Department of the Air Force, Air Force Life Cycle Management Center (AFLCMC/PZIO) - 88th Air Base Wing Civil Engineering Directorate, Interior Design Specialist - Products Requested: - 5 dual monitor arms (Fellowes Evolve2-MS or equal) - 1 corner height adjustable workspace (Vari-Cube Corner 36 or equal) - 28 height adjustable electric bases (Fellowes All-Flex FLEX2 or equal) - 23 antifatigue standing mats (Fellowes or equal) - Services Requested: - Design and project management services (including programming, space planning, product specification, site evaluation, and up to three design revisions) - Installation by manufacturer-certified professionals (including removal of existing furniture, assembly, inspection, and cleaning) - Certified electrical services for installation - Notable Requirements: - All products must be commercial and meet or exceed the specified features ("or equal" allowed) - Compliance with CMMC Level 1, Buy American Act, and applicable trade agreements - Turnkey delivery and installation, including removal of old furniture - Lifetime or multi-year warranties on key products - OEMs Highlighted: - Fellowes (monitor arms, height adjustable bases, antifatigue mats) - Vari (height adjustable workspace) - Delivery and installation at Wright-Patterson Air Force Base, Facility #20676 - Period of performance is 120 days from contract award
Description
Combined Synopsis/Solicitation
Notice Type: Combined Synopsis/Solicitation (RFQ) Issuing Office: AFLCMC/PZIBA Posted Date: May 8, 2026 Response Date: June 8, 2026, 11:00 AM EST Set-Aside: Unrestricted (Full and Open Competition) Classification Code (PSC): 7110 — Office Furniture NAICS Code: 337214 — Office Furniture (except Wood) Manufacturing Small Business Size Standard: 1,100 employees
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with Revolutionary Federal Acquisition Regulation Overhaul (RFO) Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through the RFO (effective April 17, 2026) and the Revolutionary Defense Federal Acquisition Regulation Supplement (RDFARS) as of the date of issuance.
The Department of the Air Force intends to award a firm-fixed-price contract for the F20676 HAW2 Ergo Furniture Requests in accordance with the attached Statement of Work (SOW), on a Lowest Price Technically Acceptable (LPTA) basis. The Schedule of Supplies, place of performance, delivery information, and the full list of applicable provisions and clauses are set forth in the attached SF 1449 and solicitation. Award is subject to the availability of funds.
Basis for Award
Award will be made to the responsible offeror whose proposal:
Conforms to this combined synopsis/solicitation; Receives an “Acceptable” rating on Technical Capability; and Contains the lowest Total Evaluated Price (TEP), determined fair, reasonable, and not unbalanced.
Technical Capability. Single pass/fail factor. To be rated Acceptable, the proposal must demonstrate that the offered item meets or exceeds every requirement of the SOW. Each proposal shall:
Identify the proposed manufacturer, make, and model; Provide manufacturer technical data, datasheets, or specification sheets verifying compliance with each SOW characteristic (including but not limited to: Monitor Arms, Height Adjustable Bases, and any other parameter specified); and Identify any deviations or exceptions to the SOW.
A proposal will be rated Unacceptable if it fails to demonstrate compliance with any SOW requirement, takes material exception, or lacks sufficient technical detail to permit evaluation. Restating a requirement without supporting data is insufficient.
Past Performance and Responsibility. Prior to award, the Contracting Officer will perform a responsibility determination under RFO Part 9, including a review of the offeror’s record in the Contractor Performance Assessment Reporting System (CPARS) and the Supplier Performance Risk System (SPRS). Adverse findings may render an offeror nonresponsible. The Government reserves the right to award without discussions or to make no award.
Key Information
Requirement: F20676 HAW2 Ergo Requests per SOW dated 04/07/2026 Contract Type: Firm-Fixed Price Period of Performance: 120 days from contract award Delivery: FOB Destination to Facility #20676, 2435 Fifth Street, Wright-Patterson Air Force Base, OH 45433; inspection and acceptance at destination.
Cybersecurity Maturity Model Certification (CMMC) Per RDFARS 252.204-7021, this acquisition requires CMMC Level 1 (Federal Contract Information only). Offerors must have a current CMMC Level 1 (or higher) self-assessment recorded in the Supplier Performance Risk System (SPRS) at the time of award. Waivers, grace periods, and Plans of Action and Milestones (POA&Ms) are not permitted.
Buy American Act and Trade Agreements This acquisition is subject to the Buy American Act and applicable trade agreements as implemented in the RFO and RDFARS. Offerors shall identify the country of origin for the offered end product and any qualifying components in their Reps and Certs. Domestic or qualifying/designated-country end products are required unless an authorized exception applies.
Submission Instructions
Deadline: June 8, 2026, 11:00 AM EST Subject Line: [FA860126Q0042], F20676 HAW2 Ergo Requests Submit via email to both: Contracting Officer: Candice Snow — candice.snow@us.af.mil Contract Specialist: Brian Algeo — brian.algeo.l@us.af.mil Format: Single email ≤ 5 MB; attachments must be .pdf, .docx, or .xlsx. Compressed files (e.g., .zip) will be filtered and are not permitted. Confirmation: A receipt confirmation will be sent within 24 hours; if not received, contact the points of contact above.
Proposal Content Requirements Proposals shall consist of two parts — a Technical Proposal and a Price Proposal — and shall provide sufficient detail to demonstrate compliance with the SOW. Do not merely restate the Government’s requirements. Each proposal shall include:
Company name, address, SAM Unique ID, CAGE Code, and TIN Point of contact name, phone, and email Proposal number, date, and validity period Technical description with manuals, datasheets, or literature evidencing compliance with each SOW requirement Completed Offeror Representations and Certifications Itemized firm-fixed pricing with extended totals; FOB Destination (all shipping included); Net 30; no progress payments
Important Notices
SAM Registration: Offerors must maintain an active registration in the System for Award Management at https://www.sam.gov for the life of the contract. Invoicing: Invoices shall be submitted electronically through Wide Area Workflow – Receipt and Acceptance (WAWF-RA) at https://wawf.eb.mil/.
Questions: Questions shall be submitted via email to both points of contact no later than May 22, 2026, 11:00 AM EST, with the solicitation number in the subject line. Late questions may not be considered.
Attachments
Statement of Work (SOW) Solicitation – FA8601260042 Offeror Representations and Certifications