FURNITURE WAREHOUSING, LABOR, AND DESIGN SERVICES - CHARLESTON VAMC
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 Veterans Affairs (VA), specifically the Ralph H. Johnson VA Medical Center in Charleston, SC, is soliciting proposals for Furniture Warehousing, Labor, and Design Services. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires firms to provide comprehensive furniture management and design support. Proposals are due March 9, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide furniture warehousing/storage, assembly/disassembly, transportation/delivery, and design services. Key requirements include:
- Warehousing: Secure, insured, temperature, and humidity-controlled receiving facility with loading docks.
- Labor & Logistics: Receiving, inventory, delivery, installation, disassembly/reassembly, and minor repairs of furniture, fixtures, and property for VA locations within a 50-mile radius of Charleston, SC. This includes mobilization/transition of existing VA equipment from the current contractor's facility.
- Design Services: Drafting scaled furniture drawings in AutoCAD, redesigning room layouts using standardization furnishing specifications, and preparing inventory lists for full room/space assemblies.
- Staffing: Personnel must be certified in moving, assembling, disassembling, and reinstalling commercial healthcare furnishings and cubicle workstations from manufacturers like Teknion, Herman Miller, and Haworth. Staff must wear uniforms with ID and adhere to VA conduct and privacy policies.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ), Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: A base year (May 29, 2026 – May 28, 2027) and four (4) one-year option periods, extending through May 5, 2031. A mobilization/transition period is scheduled from May 6, 2026 – May 28, 2026.
- NAICS Codes: Primary 493110 (General Warehousing and Storage; $30M size standard) and Secondary 484110 (General Freight Trucking, Local; $34M size standard).
Submission & Evaluation
- Submission Method: Email ONLY to James E. Boles Jr. at james.boles2@va.gov.
- Deadline: March 9, 2026, at 3:00 PM EST.
- Evaluation Criteria: Best value to the government, considering technical capability, past performance, and price. Non-price factors will be rated Acceptable/Unacceptable.
- Amendments: Offerors must acknowledge receipt of all amendments. The latest amendment (0002) extended the closing date, adjusted line item quantities, and added a specific line item for mobilization/transition services.
Important Notes
This solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Only VetCert verified and certified SDVOSB firms are eligible to submit an offer. Non-verified vendors will be considered non-responsive.