SUBJECT: AFRL West Office Chair Procurement (Qty 152)
REF NO.: F4FGQR5202A001
(i) This is a combined synopsis/solicitation (hereafter referred to as “solicitation”) for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR Part 13) will be used for this requirement.
(ii) Solicitation Number: F4FGQR5202A001 **Please provide the full solicitation number on all packages**
This solicitation is issued as a Request for Quote (RFQ)
(iii) The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-05.
(iv) THIS REQUIRMENT WILL BE: 100% Total Small Business Set-Aside
(v) Contract Line-Item Number (CLIN) Nomenclature – The following products are required and are provided as an example of the CLIN structure:
CLIN 0001: Office Chairs – 152 qty
(vi) Description: The RQX has been designated to overhaul a three to five year furniture replacement process in order to improve quality of life.
The Office Chairs must meet the following specifications:
- Graphite or Black Mesh
- Forward tilt
- Fully adjustable armrests
- Lumbar height adjustment
- Tilt limiter
- Tilt lock
- Standard casters
- No headrest
Delivery shall be made to:
302 N. Mercury Blvd.
Bldg. 8640 Edwards, CA 93524
The Contractor shall provide all management, tools, supplies, equipment, materials, and shipping costs for the items necessary to supply the furniture in accordance with all local, state (California), and Federal laws and regulations, including Department of Defense (DoD) and Air Force instructions.
The North American Industry Classification System (NAICS) number for this acquisition is 337214
Chairs (except wood), office-type, manufacturing with a small business size standard of 1,100 in number of employees. The applicable Product Service Code (PSC) is 7110 – Office Furniture.
The anticipated contract will be a Firm-Fixed-Price (FFP), Definitive contract. This acquisition will be a Total Small Business Set-Aside. Contract award is expected 03 October 2025. The delivery lead time is expected to be no more than 60 days after receipt of order. Potential Vendors must be registered in the System for Award Management (https://www.sam.gov) prior to contract award.
Interested parties who believe they can meet all the requirements for the product/services described in this solicitation are invited to submit a complete quote via Email to the POCs listed below. Vendors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in the solicitation. Any information provided in response to this solicitation is strictly voluntary; the Government will not pay for information submitted in response to this solicitation. The Air Force intends to utilize Lowest Price Technically Acceptable (LPTA) procedures and will award to the offeror who meets the required specifications at the lowest price.
Contractors who conduct business with or are interested in conducting business with the Department of Defense must register with the System for Award Management (SAM) which can be accessed at http://www.sam.gov/. All Vendors must comply with the requirements at FAR Provision 52.204-7, System for Award Management. Online representations and certifications application (ORCA) must be completed via SAM.
Any Questions regarding this solicitation are due on or before 4:00pm PST on 23 September 2025. No questions submitted after this deadline will be considered. All Questions submitted within the Q&A window will be answered and posted as an amendment to this Solicitation.
(vii) Email questions to BOTH the primary and secondary points of contact below:
Primary Point of Contact: Dorothy Bowling, Contract Specialist at dorothy.bowling@us.af.mil
Secondary Point of Contact: Tyler Pittmon, Contracting Officer at tyler.pittmon@us.af.mil
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial applies to this acquisition. Vendor quotes are due by 26 September 2025 at 4:00 PM PDT and shall be submitted via email. No late quotations will be accepted. Please include the following with your quotes:
- CAGE/UEI
- Delivery lead time
- Details regarding any warranties or support plans applicable to this purchase
- Quote validity period
- Discount Terms (if applicable)
The following words “offer”, “offeror”, and “proposal” shall have the same meaning as “quotation”, “vendor”, and “quote”, respectively.
(ix) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
(x) Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2025-O0003), applies to this acquisition. Please see the attached addendum.
(xiii) Additional Contract Requirement or Terms and Conditions: N/A
(xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) For additional information regarding this solicitation contact the following via email only. All questions received within the Q&A Window will be answered directly AND be posted as an amendment to this Solicitation.
Primary Point of Contact: Dorothy Bowling, Contract Specialist at dorothy.bowling@us.af.mil
Secondary Point of Contact: Tyler Pittmon, Contracting Officer at tyler.pittmon@us.af.mil
Amendment 0001: Attach Question and Answer Document