RFI - JBSA FSH Bunkable Bed Frames
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 is conducting market research through a Sources Sought notice for the procurement, delivery, and installation of bunkable bed frames and related dormitory furniture at Joint Base San Antonio (JBSA) Fort Sam Houston (FSH) Navy dormitories (Buildings 1475 and 1479) in Texas. This effort aims to gather information from qualified small businesses to inform future acquisition planning. Responses, including a completed questionnaire, are due by May 7, 2026, 2:00 PM CST.
Scope of Work
The requirement involves the procurement, delivery, installation, and removal/disposal of dormitory furniture. Specifically, the contractor will be responsible for:
- Supplying 786 Lift Beds, 357 Bunkable Beds, 438 Wardrobes, and 357 Bed Stacking Kits.
- Delivering and installing new furniture, configuring lift beds as standalone or bunkable units to accommodate standard mattress sizes.
- Removing and disposing of 499 existing Captain Beds from Buildings 1475 and 1479, including providing and managing roll-off dumpsters.
- Coordinating deliveries with Government Points of Contact (POCs) at least 15 days prior, with a 24-hour email reminder.
- Completing work within the same day for each room during normal duty hours (7:30 am - 4:30 pm, Monday-Friday), excluding federal holidays.
- Adhering to specific furniture specifications, including powder-coated khaki steel for beds/kits and natural oak finish for wardrobes.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Award Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 337126 - Household Furniture (except Wood and Upholstered) Manufacturing (Size Standard: 950 Employees)
- Response Due: May 7, 2026, 2:00 PM CST (for questionnaire submission)
- Questions Due: May 7, 2026, 9:00 AM CST
- Published Date: April 28, 2026
Evaluation
This is a voluntary Sources Sought notice for market research purposes only and is not a solicitation for quotes. Responses will be used to determine potential small business participation and to inform the government's acquisition strategy. The anticipated pricing strategy for a future solicitation is Lowest Price Technically Acceptable (LPTA). Respondents will not be notified of the results of this market survey.
Additional Notes
Interested offerors should complete the provided questionnaire. All correspondence, including questions, should be directed to Jermayne Gordon (jermayne.gordon@us.af.mil) and Laura Herring (laura.herring.2@us.af.mil). The contractor will be responsible for all transportation, delivery, unloading, and installation, with no government warehouse space provided. Compliance with all environmental regulations for disposal is mandatory.