Opportunity
SAM #FA860126Q0015
Comprehensive Office Furniture and Signage Procurement for OBL-WN/SCARS 4th Floor, Wright Patterson AFB
Buyer
Air Force Life Cycle Management Center
Posted
May 08, 2026
Respond By
June 08, 2026
Identifier
FA860126Q0015
NAICS
337211, 423210, 337214, 337127
The U.S. Air Force is seeking a contractor to provide, deliver, and install a comprehensive suite of office furniture and signage for the OBL-WN/SCARS 4th Floor at Wright Patterson Air Force Base, Ohio. - 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 and Quantities: - Modular workstations (U-shape, T-shape, L-shape, hotdesk, admin, executive, security manager) – quantities range from 1 to 168 per type - Task chairs, guest chairs, training chairs, conference chairs, lounge chairs, and cafe stools – up to 168 units for task chairs - Freestanding and modular tables (conference, audience, training, cafe, occasional, ledge) – up to 21 units per type - Storage solutions (double door cabinets, lateral files, credenzas) – up to 58 units per type - Glass boards, signage (room, workstation, conference, restroom, staircase, fire extinguisher, warning signs) – signage quantities up to 493 units - Metal cutout logos and utility signs - Services: - Furniture design services (programming, space planning, product specification, site evaluation, design revisions) - Delivery, installation, and electrical hookup by certified professionals - Removal of packing materials and existing signage as needed - OEMs and Vendors: - No specific OEMs mandated; products specified as "or equal" to brands such as SIT ON IT (Wit, Focus, Lumin, Gobi), Teknion (Audience, Expansion, Bevy, Zones), JSI (Bourne), and Claridge (Glass Board) - Offerors must propose manufacturer, make, and model, and provide technical data for compliance - Notable Requirements: - Compliance with the Buy American Act and applicable trade agreements - CMMC Level 1 certification required - Adherence to federal and base safety/security protocols - Firm-fixed-price contract - Delivery and installation at Wright Patterson AFB and OBL Springboro Park Facility, Dayton, OH - All technical and itemized details are provided in the attachments
Description
Combined Synopsis/Solicitation
OBL-WN/SCARS 4th Floor Furniture
Solicitation Number: FA8601-26-Q-0016 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 OBL-WN/SCARS 4th Floor Furniture 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: Systems Furniture, Casegoods, Seating, Tables, Signage, 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 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: OBL-WN/SCARS 4th Floor Furniture per SOW dated 03/31/2026 Contract Type: Firm-Fixed Price Period of Performance: 150 days from contract award Delivery: FOB Destination to OBL Springboro Pk, 9595 Springboro Pk, Dayton, OH 45449; 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: Monday, 8 June 2026, 11:00 AM EST Subject Line: FA8601-26-Q-0015, OBL-WN/SCARS 4th Floor Furniture 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 – FA8601-26-Q-0015 Offeror Representations and Certifications