DOS Residential Furniture 2026
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) is conducting market research through a Request for Information (RFI) for its Worldwide Residential Furniture Program. The DoS seeks to identify vendors capable of providing high-quality, commercial-grade residential furniture and related services to support its global residential portfolio. This RFI is for market research purposes only and is not a solicitation for bids or proposals. Responses are due by February 20, 2026, at 5 PM EST.
Purpose & Scope
The DoS aims to establish Blanket Purchase Agreements (BPAs) for repetitive purchases of household furniture and furnishings, supporting customers like FAP (Furniture and Appliance Pool), OBO-RDF (Bureau of Overseas Buildings Operations, Office of Residential Design & Furnishings), and OBO-ID (Bureau of Overseas Buildings Operations, Office of Interior Design). The objective is to streamline procurement of furniture from American manufacturers. The effort falls under Product Service Code 7105 (Household Furniture) and NAICS code 337121. Furniture dealers are encouraged to respond.
Key Requirements
- Product Scope: A wide range of commercial residential furniture, including beds, chairs, tables, wardrobes, desks, and mattresses.
- Furniture Styles: Vendors must provide furniture in Transitional, Contemporary, and Modern styles for House A (standard size) and Transitional and Minimalist styles for House B (small/apartment-style).
- Quality Standards: Products must be high-quality, durable, well-crafted, and easy to maintain. Commercial-grade items are expected to be BIFMA compliant and tested for commercial settings. Specific construction methods, materials (e.g., hardwood species like Oak, Maple, Walnut, Ash; silver/brass metals; glass, solid surface, stone), and three color schemes (Warm, Neutral, Cool) are detailed.
- Logistics: Vendors require a robust logistics system for packaging, delivery coordination, warehousing, transportation, and consolidation of overseas shipments, including managing high-volume orders and tracking. Capability for rush orders is also necessary.
- Technical Specifications: Compliance with numerous federal and industry standards (e.g., ANSI, ASTM, BIFMA, NFPA, UL) is required.
- Catalogs: Ability to create and maintain an online catalog with product details, pricing, and fabric swatches.
Submission Details
- Opportunity Type: Request for Information (RFI) / Sources Sought.
- Response Deadline: February 20, 2026, by 5 PM EST.
- Submission Method: Electronic PDF via email to CameronCR@state.gov. The subject line must be "WorldWide Residential Furniture Program Insert Respondent Name-".
- Required Information: A Cover Letter (including vendor details, POC, company size, socioeconomic category, contract numbers, manufacturer/reseller status, website link), Company Background (history, relevant projects, logistics experience), and a review of Attachment A (Product Specification Chart) with proposed product data and any exceptions. Pricing data must be omitted at this RFI stage.
Eligibility & Set-Aside
- Set-Aside: None specified for this RFI.
- Vendors must indicate their company size (Large/Small) and socioeconomic category. Products must be entirely from the U.S. or a designated country, or substantially transformed in the U.S. or a designated country.
Additional Notes
This RFI is solely for market research to identify potential sources and does not constitute a commitment for future procurement. All questions should be directed to the Contracting Officer, Charlotte Cameron.