Leased Space Furniture (Brand Name JSI)
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, on behalf of the United States Transportation Command (USTRANSCOM), has issued a Combined Synopsis/Solicitation for the procurement, delivery, and installation of JSI brand furniture at a leased facility in St. Louis, MO. This requirement is a 100% Small Business Set-Aside. Offers are due by March 24, 2026, at 3:00 PM CST.
Scope of Work
The contractor shall provide all labor, equipment, and materials necessary to install new desks, lateral files, overheads, tack boards, chairs, and bridge components. All furniture must be JSI brand and match the existing furniture at the USTRANSCOM Leased Facility located at 1222 Spruce Street, St. Louis, MO. The objective is to equip an alternate command location for the USTRANSCOM Commander and staff. Delivery and installation must be completed no later than 90 Days After Receipt of Order (ARO).
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 337211 (Wood Office Furniture Manufacturing) with a 1,000-employee size standard
- PSC Code: 7110 (Office Furniture)
- Place of Performance: USTRANSCOM Leased Facility, 1222 Spruce Street, St. Louis, MO 63103
Key Dates & Site Visit
- Questions Due: March 16, 2026, 12:00 PM CST
- Optional Site Visit RSVP Due: March 11, 2026, 3:00 PM CST
- Optional Site Visit: March 13, 2026, 1:00 PM CST
- Offers Due: March 24, 2026, 3:00 PM CST
Submission & Evaluation
Offerors must submit a Quote and a Technical Plan (maximum one page) detailing their methodology and timeline. Evaluation will be based on the Lowest Priced Technically Acceptable (LPTA) approach. The technical approach of the two lowest-priced offerors will be evaluated first. The government intends to make an award based on initial quote submissions but reserves the right to conduct interchanges.
Special Requirements
Contractor personnel will be required to undergo LEADS background checks and must be escorted within the building. Work areas may be secure/sensitive, prohibiting cell phones and other electronic devices. All personnel must wear identification badges. Contractors are responsible for verifying measurements and site conditions pre-bid, and an official site visit will be held.
Attachments
Key attachments include the Furniture Requirements - Item List-Drawing (Attachment 1), the Statement of Work (Attachment 2), and FAR/DFARS/DAFFARS Clauses and Provisions (Attachment 3).