71--ROMO FURNITURE IAW SOW
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 National Park Service (NPS), under the Department of the Interior, is soliciting proposals for a Total Small Business Set-Aside contract to supply and deliver miscellaneous furniture and fixtures for multiple housing units at Rocky Mountain National Park in Colorado. This opportunity, titled "ROMO FURNITURE IAW SOW," aims to furnish housing for seasonal employees. Offers are due by March 6, 2026, at 5:00 PM ET.
Scope of Work
The contractor will be responsible for supplying and delivering a variety of furniture items for housing units within the Colorado River District of Rocky Mountain National Park. The furniture must be robust, appealing, comfortable, and offer variety in color and finishes while remaining compatible. Specific items include sofas, loveseats, full-size mattress sets, platform beds, TV stands, armchairs, dressers, dining room table sets with chairs, nightstand lamps, entry mats, coffee tables, and picnic tables. Installation services are explicitly not included; the scope is limited to shipping and delivery only.
Key Requirements & Performance Standards
All furniture must be made in the United States of America. Exposed wood must be solid wood core with lacquer/polyurethane finishes. Furniture should be robust, sturdy, have resilient finishes, and feature a contemporary and modern design. Upholstered furniture must meet specific warranty requirements. Proposals must include cut sheets for individual items (detailing color, style, fabric, materials) and an itemized cost for each. "Or equal" items require detailed product specifications. The contractor is responsible for cleanup, repair of any damage to government property, and replacement of damaged delivered items at their cost.
Contract Details & Evaluation
This is a Firm Fixed-Price commercial contract, anticipated to be awarded within 5 days of receiving offers. The Period of Performance is from March 6, 2026, to April 28, 2026. Evaluation will be based on Lowest Price Technically Acceptable (LPTA), assessing price reasonableness against competitive prices and the independent government estimate. Partial bids will not be accepted; bidders must provide all items included in the scope.
Submission & Contact Information
Offers must be submitted via email to Colette Riegelmayer at colette_riegelmayer@nps.gov by March 6, 2026, at 5:00 PM ET. Offerors must be registered and active in SAM.gov with a Unique Entity Identifier (UEI) and qualify as a small business under NAICS code 337121 (size standard 1000 employees). All amendments, including Amendment 0001 and the revised SOW, must be read, acknowledged by signing the SF30 form, and returned with the final quote. Delivery is required no later than 45 days after award, to 211 Co Road 491 Grand Lake, Colorado, between 7:00 a.m. and 5:00 p.m. MST, Monday through Friday, avoiding government holidays.