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 Department of the Air Force (633 CONS PKP) is soliciting proposals for Emergency Control Center (ECC) Furniture for the 633d Civil Engineering Squadron Fire & Emergency Services (633 CES/CEF) at Joint Base Langley-Eustis, VA. This requirement is for the procurement and installation of ergonomically sound, technologically integrated, and durable console furniture. This is a Total Small Business Set-Aside with a Firm Fixed-Price Purchase Order anticipated. Quotes are due by February 12, 2026, at 10:00 AM EST.
Scope of Work
The project involves the acquisition and installation of five height-adjustable modular console workstations, five ergonomic dispatch chairs, and one power-enabled island/map holder/workstation/table. The scope includes delivery, assembly, comprehensive cabling management, quality checks, disposal of packaging materials, and on-site training for dispatch personnel. The vendor must ensure the dispatch center is returned to an operational state post-installation.
Key Requirements
- Workstations (5 total): Heavy-duty, ADA compliant, designed for 24/7 use, GREY color. Must be height-adjustable (min. 25" leg clearance, min. 50" standing height), powered, and quiet. Feature high-pressure laminate, durable, scratch-resistant, non-glare work surfaces. Acoustic design for noise reduction. Monitor mounts for six (6) 24" monitors (2 rows, 3 columns) per workstation, comprehensive cable management, ambient task lighting, and lockable Box Box File Pedestals. Specific configurations for Fire Dispatch (WS 1 & 2, with shared storage), Fire Dispatch Supervisor (WS 3), and Security Forces (WS 4 & 5, smaller, with panel divider and shared static worksurface) are detailed. Each workstation requires space for specific computer equipment (NPIR laptop, VESTA 911, Motorola radio, MONACO D-21, Bryx system). Six DisplayPort extension cables per workstation are required.
- Dispatch Chairs (5 total): BLACK, adjustable height, lumbar support, armrests, back tilt. Upholstered in durable, breathable fabric, with a minimum 300 lbs weight capacity and 1-year warranty.
- Island/Map Holder/Workstation/Table (1 total): 3'6" H x 6' L x 3' W, power-enabled with one duplex outlet. Features open storage for chair access, two pull-out drawers (min. 15" depth), a binder shelf, and a 4x4 cubby unit. Must match other furniture.
- Warranty: Minimum 7-year warranty on all console furniture components and the island, covering defects and workmanship, with on-site repair/replacement within 10 business days.
Contract & Timeline
- Contract 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.
- Place of Performance: Joint Base Langley-Eustis, VA.
- Response Deadline: February 12, 2026, at 10:00 AM EST.
- Delivery & Installation: Desired within 45 days After Receipt of Order (ARO), with installation not exceeding 3 days. Contractors should provide their best possible delivery schedule, itemizing expedite costs if applicable.
- Anticipated Award: No later than February 17, 2026.
Submission & Evaluation
Quotes must be submitted as a PDF via email to Sharmayne Brown (sharmayne.brown@us.af.mil) and AnnMarie Shields (candes.shields@us.af.mil). Evaluation will be based on Best Value, considering price and technical capability. The Government may consider offers exceeding minimum requirements and reserves the right to conduct exchanges. This is an open market RFQ, not a GSA Schedule procurement.
Additional Notes
A site visit was scheduled for February 2, 2026, at JBLE-Langley. No additional site visits will be held. Contractors must comply with OPSEC and safety requirements. Installation access requires valid passes; the Government will provide information upon award, and the contractor is responsible for managing passes. Work hours are Monday-Friday, 0700-1600 EST, excluding federal holidays. All applicable FAR and DFARS clauses are incorporated by reference.