The purpose of this Amendment to RFQ 68HE0926Q0004 is to:
1. Include revised SOW: Attachment 2a - 75H Furniture Reconfig - SOW_rev1.
2. Include revised RFQ instructions: Attachment 1b - RFQ 68HE0926Q0004 Instructions_amd 2.
This is a requirement to provide Environmental Protection Agency (EPA) Region 9 at 75 Hawthorne Street, San Francisco with vendor support for the consolidating floors and will be reusing existing furniture elsewhere in the building. The vendor must be able to meet all requirements in “Attachment 2 - 75H Furniture Reconfig - SOW.” Vendor must also reference "Attachment 3 - Appendix A" for additional details when submitting the pricing for their quote. When submitting quote, use “Attachment 4 - Price Schedule.”
Vendor interested in attending an office visit must send an email that confirms vendor interest for a January 5th, 2026 visit, at a time of the vendor’s preference, between 10AM and 4PM (Pacific Time). Please send confirmation of visit to Nea Ouk at Ouk.Nea@epa.gov and Eric Guilleminault at Guilleminault.Eric@epa.gov on or before December 30th , 2025 at 5:00pm (Pacific Time).
Vendor interested in submitting a Quote in response to this RFQ must provide a response on or before January 16th, 2026 at 12:00PM (Pacific Time).
Quotes MUST be submitted via FedConnect and/or via email to Ouk.Nea@epa.gov and Eric Guilleminault at Guilleminault.Eric@epa.gov. Only submissions submitted through FedConnect and/or via email will be considered. Hard copies will not be accepted.
Quotes must be valid for 90 days. Any quote that is not valid for at least 90 days may not be considered for award.
Quotes must provide:
1. Performance Standard/Technical Approach: The Performance Standard/Technical Approach must address every element of the attached Statement of Work (SOW). Any quote submission that does not address every element of the attached SOW will be found technically unacceptable and not considered for award.
2. Certification/Familiarity: The offeror must provide the certification/evidence of familiarity with Miller-Knoll furniture. Failure to provide certifications/evidence of familiarity with Miller-Knoll furniture will result in the offeror’s quote being deemed technically unacceptable and not considered for award.
3. Pricing: Pricing must be firm fixed price and be inclusive of every element of the SOW. Pricing must be clearly broken down and outline that the costs cover all elements of the SOW. Submitted Excel pricing forms MUST have clearly stated formulas. All pricing must be in accordance with GSA contract.
Award will be made to the vendor with the lowest price that is found to be technically acceptable (LPTA). For the purposes of this acquisition, the term “lowest price technically acceptable (LPTA)” means the Government will make an award to the offeror who is found to be technically acceptable with the lowest evaluated price. For a quote to be found technically acceptable, the technical approach must comply with and address every element of the Statement of Work (SOW) specifications, and the offeror must provide certification/evidence of familiarity with Miller-Knoll furniture. Any quote that does not comply with and address the SOW specifications or does not provide the required certification/evidence of familiarity with Miller-Knoll furniture will be considered technically unacceptable and not considered for award.
This RFQ does not obligate the Government to compensate for any costs incurred by the Vendor in the preparation and/or submission of any Quote, nor does it obligate the Government to procure for said services.
Place of Performance:
- Environmental Protection Agency Region 9, 75 Hawthorne Street, San Francisco, CA 94105
Attachments:
- Attachment 1 - RFQ 68HE0926Q0004 Instructions
- Attachment 1a - RFQ 68HE0926Q0004 Instructions_amd 1
- Attachment 1b - RFQ 68HE0926Q0004 Instructions_amd 2
- Attachment 2 - 75H Furniture Reconfig – SOW
- Attachment 2a - 75H Furniture Reconfig – SOW_rev1
- Attachment 3 - Appendix A
- Attachment 4 - RFQ 68HE0926Q0004 Price Schedule
- Attachment 5 - DBA WD #CA20260018
- Attachment 6 - SCA WD #2015-5637