KIT OFFICE FURNITURE 850
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 DLA MARITIME PUGET SOUND is soliciting proposals for KIT OFFICE FURNITURE 850 and associated installation services for the Puget Sound Naval Shipyard IMF (N4523A) in Bremerton, WA. This is a Small Business Set-Aside for a Firm Fixed-Price supply and installation contract. Delivery and installation are required by April 1, 2026, with proposals due by March 11, 2026.
Purpose & Scope
This solicitation aims to procure and install comprehensive office furniture solutions for management offices and break areas within Building 850, 2nd and 5th floors, at the Puget Sound Naval Shipyard & Intermediate Maintenance Facility. The scope includes specific items such as L-shaped desks, cabinets, conference tables, nesting chairs, mobile administrative workstations, and break area furniture. The awarded vendor will be responsible for providing a Bill of Materials (BOM), design drawings (AutoCAD 2016 compatible), product specifications, material delivery, on-site assembly, installation, and removal of all packing materials and waste.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: Small Business.
- NAICS Code: 337211 (Office Furniture Manufacturing) with a $14 million size standard.
- Place of Performance: Puget Sound Naval Shipyard IMF, Bremerton, WA.
- Delivery/Installation: Required by April 1, 2026, and must be completed within 60 days after receipt of award. Installation hours are Monday-Friday, 7:30 a.m. to 3:00 p.m.
- Estimated Value: Over $15,000.00.
- Payment: Via Wide Area WorkFlow (WAWF).
Key Requirements & Deliverables
Vendors must provide furniture materials from specified manufacturers (SCS ISS WORLDWIDE/GRAFIA FURNITURE and SWIFT SPACE INC) and ensure all items meet BIFMA standards and SCS Global Indoor Advantage Gold Certification. Electrical components must be UL or NRTL listed. DoD unique identification is required for items. Compliance with NIST SP 800-171 is mandatory unless items are identified as Commercial Off The Shelf (COTS) and verified by the contracting officer. Contractors must also adhere to the "Contractor Guide to Environmental and Safety Compliance" for the Naval Shipyard, covering safety, environmental, and waste management protocols. Access to the Controlled Industrial Area (CIA) requires security badges and adherence to specific procedures.
Submission & Evaluation
- Proposals Due: March 11, 2026, at 12:00 PM PST/PDT.
- Submission: Offers must be submitted via email to vera.anderson@dla.mil. Submissions must include a fully completed and signed solicitation, CAGE Code, company size, commercial item status, lead time, pricing for each CLIN, manufacturer details, specification sheets, a redacted manufacturer/distributor quote, and all completed representations and certifications. Current registration in SAM.gov is mandatory.
- Evaluation Factors: Technical, Price, and Performance, with the award going to the responsible Offeror whose proposal is most advantageous to the Government.
Contact Information
For all questions regarding the solicitation, contact Vera Anderson at vera.anderson@dla.mil.