SOLICITATION: W911YP25QA008
AGENCY/OFFICE: UTARNG, USPFO for Utah, Purchasing and Contracting
DELIVERY LOCATION: Utah Army National Guard / 640th RTI
SUBJECT: RTI Lifecycle Furniture Replacement
RESPONSE DUE DATE: 2 September 2025, 0700am (Mountain)
CONTRACTING POC: Otha Henderson; Email: otha.b.henderson.civ@army.mio .
1.0 Synopsis / Description:
This requirement is being solicited as a total small business set-aside. Only quotes from SAM.gov registered small businesses will be accepted.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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 solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.
This acquisition is being solicited under NAICS code 337214, Office Furniture Manufacturing, which has a small business size standard of 1000 employees (www.sba.gov). For vendors’ quotes to be considered, the vendor must be registered In System for Award Management (SAM) at HTTPS://WWW.SAM.GOV under this NAICS code or very similar NAICS code and small business size standard. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.
Technical Characteristics:
The UTARNG has a requirement to purchase 201 tables, 255 chairs, 92 monitor arms, 60 cabinets, 13 shelves and 24 glassboards to be used in office, billeting, and classroom environments. This furniture will be used in and around building 7150, 17800 South Camp Williams Road, Bluffdale, UT 84065.
Please see the attached files, A-2 RTI Furniture Drawings, A-2 RTI Furniture Requirements and A-2 RTI Furniture Tally, for full technical requirements. Shipping and installation is required.
A site visit is planned for 11 August 2025 at 10:00am. Site visit attendance is not required but is highly encouraged to ensure accurate quotes. The UTARNG does not intend to enter into discussions prior to award. Vendors must email the contract specialist at otha.b.henderson.civ@army.mil to RSVP and facilitate access to Camp Williams. Site visit details will be provided upon RSVP.
1.1 Set-Aside / FAR Regulation:
Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:
Any awards under this solicitation will be made on a competitive basis first to small business concerns. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
1.2 Contract Type / Evaluation Criteria:
This RFP is subject to the availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using the best value determination. Best value will be determined by first determining technical acceptability. Next, the best quality and material for the price will be evaluated; such things as warranties and build quality will be considered. Third, the price will be evaluated. Finally, the design layout will be evaluated. With the best value determination, the government reserves the right to award to other than the lowest price. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award. Award will be made without discussions.
1.3 Eligibility for Award (SAM Registration & Cyber Security Basic NIST Assessment):
All firms or individuals responding must meet all standards required to conduct business with the government, including having an active SAM registration and be in good standing. All qualified responses will be considered by the government. Each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.
Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
Vendors must have completed the Cyber Security Basic NIST Assessment NIST SP 800-171 in the past 3 years in compliance with DFARS Clause 252.204.7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. If you have not completed your Basic NIST Assessment, please follow the links below with training and the entry point for completing the basic assessment. The SBA Procurement Technical Assistance Centers (PTACs) may be able to assist small businesses in completing this basic assessment if they run into issues.”
https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.safcn.af.mil%2FCISO%2FSmall-Business-Cybersecurity-Information%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=81iGYZOpxDDxu6%2FAQn3MVWXYoJ4RX0p6SZUqE5dgyss%3D&reserved=0
https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.sprs.csd.disa.mil%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=s3zmdEiWRZ0Xo795Et0u91Obig5NzfeLetSRd4kXfEU%3D&reserved=0
1.4 Quotes:
Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0700 AM (Mountain) 02 September 2025. All submissions should be sent via email to: otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer the question prior to the closing of this posting. Questions received after 21 August 2025 may not be answered. Responses received after the stated deadline will be considered non-responsive and will not be considered. Required submission: Proposals must include full specifications ensuring build quality (example: solid, laminate, composite, mesh, steel, etc.) is detailed along with any warranties. Full price details are also required per item, not simply a total. Full drawings for the furniture solutions must also be included along with a quote for shipping and installation and delivery time.