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), is soliciting offers for the procurement, delivery, and installation of Brand Name JSI Furniture for a leased facility at 1222 Spruce St, St Louis, MO. This opportunity is a 100% Total Small Business Set-Aside. Offers, including a quote and a technical plan, 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 procure, deliver, and install JSI brand furniture. This includes new desks, lateral files, overheads, tack boards, chairs, and bridge components that must precisely match existing furniture and the detailed specifications outlined in Attachment 1. All furniture items must be brand name JSI, and models must be provided exactly as specified. The scope also requires maintaining a clean work site, daily debris removal, and complete removal of all packaging materials from the installation site and building.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 337211 (Wood Office Furniture Manufacturing), Size Standard: 1,000 employees
- PSC Code: 7110 (Office Furniture)
- Place of Performance: USTRANSCOM Leased Facility, 1222 Spruce Street, St. Louis, MO 63103
- Period of Performance: Delivery and installation are required no later than 90 Days After Receipt of Order (ARO). This timeline includes both procurement and installation, with no offsite storage permitted.
Special Requirements & Logistics
Contractor personnel will be subject to background checks (LEADS), must wear identification badges, and will be escorted within the secure/sensitive work areas where electronic devices are prohibited. A maximum of 8 contractor personnel are allowed onsite at one time. Contractors are responsible for verifying measurements and conditions pre-bid; an optional site visit was held on March 13, 2026. Delivery must be coordinated 48 hours in advance with the Project POC, utilizing a freight elevator, and vehicle passes will be issued for material delivery.
Submission & Evaluation
- Offers Due: March 24, 2026, 3:00 PM CST
- Questions Due: March 16, 2026, 12:00 PM CST
- Submission: Quote and a one-page Technical Plan detailing methodology and timeline.
- Evaluation: Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. The technical approach of the two lowest-priced offerors will be evaluated first. The government reserves the right to award based on initial submissions without interchanges.
Contacts
- Primary: Jin Chung (jin.chung.2@us.af.mil, 6182569323)
- Secondary: Brandon Katka (brandon.katka@us.af.mil, 6185781131)