633 CEF Emergency Control Center (ECC) Furniture
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Air Force, 633d Civil Engineering Squadron Fire & Emergency Services (633 CES/CEF), is soliciting proposals for Emergency Control Center (ECC) Furniture at Joint Base Langley-Eustis, VA. This requirement involves the procurement and installation of specialized dispatch furniture, anticipated to be awarded as a Firm Fixed-Price Purchase Order. This acquisition is a Total Small Business Set-Aside. Proposals are due February 9, 2026, at 10:00 AM EST.
Purpose & Scope
The objective is to acquire and install ergonomically sound, technologically integrated, and durable console furniture for the Fire Department 911 dispatch (ECC) Center. The goal is to enhance dispatch efficiency, comfort, and communication capabilities. The scope includes:
- Procurement and installation of 5 modular console workstations (two Fire Dispatch, one Fire Dispatch Supervisor, and two Security Forces Alternate).
- Procurement and installation of 5 ergonomic dispatch chairs.
- Provision of one power-enabled Island/Map Holder/Workstation/Table.
- Installation services covering delivery, assembly, cabling management, quality checks, and disposal of packaging materials.
- On-site training for dispatch personnel on the use and adjustment of the console furniture.
Key Requirements
- Workstations: Heavy-duty (24/7 use), ADA compliant, GREY color, height adjustable (min. 25-50" range), powered, quiet, high-pressure laminate work surface (min. 1" thick), durable, scratch-resistant, non-glare, designed for noise reduction, monitor mounts for at least six 24" monitors, comprehensive cable management, lockable Box Box File Pedestal (except for Workstations 4 & 5), ambient task lighting, ergonomic keyboard trays & wrist rests (for Workstations 1-3).
- Island: Power-enabled with one duplex outlet, multipurpose (storage, map holders, shelves), dimensions 3'6" H x 6' L x 3' W, open storage, matching design.
- Chairs: Adjustable height, lumbar support, armrests, back tilt, durable/breathable fabric, 300 lbs capacity, 1-year warranty, BLACK color.
- Warranty: Minimum 7-year warranty on all console furniture components and the Island, covering defects, with on-site repair/replacement within 10 business days.
Contract Details
- Type: Firm Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). NAICS Code: 337214 (Office Furniture), Size Standard: 1100 employees.
- Period of Performance: Delivery and installation must be completed within 45 days After Receipt of Order (ARO). Installation schedule not to exceed 3 days.
- Place of Performance: Joint Base Langley-Eustis, VA.
Submission & Evaluation
- Submission Deadline: February 9, 2026, at 10:00 AM EST.
- Submission Method: A PDF quote, compliant with all stipulations, must be submitted via email to both Sharmayne Brown (sharmayne.brown@us.af.mil) and AnnMarie Shields (candes.shields@us.af.mil).
- Evaluation Criteria: Best Value, considering price and technical capability. The award will be made to the responsible vendor whose offer is most advantageous to the Government. The Government may consider offers that exceed minimum requirements and reserves the right to make an award without exchanges.
Important Notes
- Site Visit: A site visit will be held on February 2, 2026, at 1:00 PM EST at 87 Sweeney Blvd, Building 367, JBLE-Langley, VA 23665. No additional site visits will be held.
- Base Access: To attend the site visit, complete only page 3 of Attachment 3 (Base Access Request) and submit via email to jeremy.bayse.1@us.af.mil AND david.rose.49@us.af.mil by January 29, 2026. Real ID is required.
- Provisions & Clauses: Attachment 2 details applicable FAR and DFARS clauses incorporated by reference and in full text. Bidders must review these for compliance.