DOMESTIC OFFICE FURNITURE & SERVICES BPAS
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. Department of State (DOS), A Bureau, Domestic Operations and Emergency Services, Office of Design and Construction (A/DOES/DC), has issued a Sources Sought Notice for DOMESTIC OFFICE FURNITURE & SERVICES BPAS. This is a market research effort to identify U.S. small businesses capable of providing high-quality, adaptable office furniture and related services. Responses will inform the acquisition strategy, including potential small business set-asides. Responses are due by May 29, 2026, at 5:00 P.M. E.T.
Scope of Work
The DOS is seeking U.S. businesses to supply contemporary, commercial-grade office furniture that is easily adaptable, reconfigurable, and modular. This includes:
- Casegoods furniture
- System Furniture with 120-volt capability
- Seating
- Storage
- Conferencing, work accessories, and technology integration
Furniture must be ergonomic, fit within DOS space standards, and meet specific industry standards such as UL 1286 (120V/60Hz), ANSI/AWI 400 Premium Grade Factory Finishing, ANSI HP-3 Grade AA wood veneer, and ANSI/BIFMA Certified Level 2 minimum. Detailed technical requirements are outlined in "Attachment A - Product Technical Requirements Matrix.xlsx."
Contract & Timeline
- Type: Sources Sought (Market Research)
- Agency: U.S. Department of State (A/DOES/DC)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 29, 2026, 5:00 P.M. E.T.
- Published: May 12, 2026
- Place of Performance: Washington, DC, United States
Eligibility & Submission
- Eligibility: Responses are solicited ONLY from Small Business concerns.
- Required Information: Firms must provide a statement of interest and capabilities, relevant experience (last 5 years, similar value/size/scope), and a company profile (including Name, POC, email, phone, DUNS, CAGE Code, Employee Count, Office Location, Small Business Status, Annual Revenue, and SAM Registration). Indicate certification under HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Small Disadvantaged Business Programs.
- Format: Responses are limited to 10 pages, in Microsoft Word or PDF, using Times New Roman 12-point font with 1-inch margins.
- Submission Method: Electronic only to MoreauKL@state.gov and CameronCR@state.gov.
- Inquiries: Written questions only to the same email addresses.
Attachments
- Attachment A - Product Technical Requirements Matrix.xlsx: Provides detailed technical specifications for all furniture items.
- Attachment B - Offeror Cost Estimate.pdf: A template for offerors to provide proposed pricing for various items across a base year and four option years.
- Attachment A - Past Performance Survey.pdf: Used to collect past performance information from evaluators.
Additional Notes
This notice is for information and planning purposes only and does not constitute a Request for Proposals (RFP) or guarantee a future solicitation. No reimbursement will be made for response costs. Proprietary information should be minimized and clearly marked.