F20676 HAW2 Ergo

Project ID: FA860126Q0042 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyAFLCMC Wright Patterson AFB
Deadline06/08/26
Posted05/08/26
Estimated Value$75,000 - $250,000 (AI estimate)
Set AsideNone
NAICS337214 - Office Furniture (except Wood) Manufacturing
PSC7110 - Office Furniture
LocationWright Patterson AFB, OH 45433 United States
Description
Primary Latest Change

Notice Type

Combined Synopsis/Solicitation (RFQ)

Issuing Office

AFLCMC/PZIBA

Posted Date

May 8, 2026

Response Date

June 8, 2026, 11:00 AM EST Set-Aside: Unrestricted (Full and Open Competition) Classification Code (PSC): 7110 Office Furniture

NAICS Code

337214 Office Furniture (except Wood) Manufacturing

Small Business Size Standard

1,100 employees Description This is a combined synopsis/solicitation for commercial products prepared in accordance with Revolutionary Federal Acquisition Regulation Overhaul (RFO) Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through the RFO (effective April 17, 2026) and the Revolutionary Defense Federal Acquisition Regulation Supplement (RDFARS) as of the date of issuance. The Department of the Air Force intends to award a firm-fixed-price contract for the F20676 HAW2 Ergo Furniture Requests in accordance with the attached Statement of Work (SOW), on a Lowest Price Technically Acceptable (LPTA) basis. The Schedule of Supplies, place of performance, delivery information, and the full list of applicable provisions and clauses are set forth in the attached SF 1449 and solicitation. Award is subject to the availability of funds.

Basis for Award

Award will be made to the responsible offeror whose proposal: - Conforms to this combined synopsis/solicitation; - Receives an Acceptable rating on Technical Capability; and - Contains the lowest Total Evaluated Price (TEP), determined fair, reasonable, and not unbalanced. Technical Capability. Single pass/fail factor. To be rated Acceptable, the proposal must demonstrate that the offered item meets or exceeds every requirement of the SOW. Each proposal shall: - Identify the proposed manufacturer, make, and model; - Provide manufacturer technical data, datasheets, or specification sheets verifying compliance with each SOW characteristic (including but not limited to: Monitor Arms, Height Adjustable Bases, and any other parameter specified); and - Identify any deviations or exceptions to the SOW. A proposal will be rated Unacceptable if it fails to demonstrate compliance with any SOW requirement, takes material exception, or lacks sufficient technical detail to permit evaluation. Restating a requirement without supporting data is insufficient. Past Performance and Responsibility. Prior to award, the Contracting Officer will perform a responsibility determination under RFO Part 9, including a review of the offeror's record in the Contractor Performance Assessment Reporting System (CPARS) and the Supplier Performance Risk System (SPRS). Adverse findings may render an offeror nonresponsible. The Government reserves the right to award without discussions or to make no award.

Key Information

- Requirement: F20676 HAW2 Ergo Requests per SOW dated 04/07/2026

Contract Type

Firm-Fixed Price

Period of Performance

120 days from contract award - Delivery: FOB Destination to Facility #20676, 2435 Fifth Street, Wright-Patterson Air Force Base, OH 45433; inspection and acceptance at destination. Cybersecurity Maturity Model Certification (CMMC) Per RDFARS 252.204-7021, this acquisition requires CMMC Level 1 (Federal Contract Information only). Offerors must have a current CMMC Level 1 (or higher) self-assessment recorded in the Supplier Performance Risk System (SPRS) at the time of award. Waivers, grace periods, and Plans of Action and Milestones (POA&Ms) are not permitted.

Buy American Act and Trade Agreements

This acquisition is subject to the Buy American Act and applicable trade agreements as implemented in the RFO and RDFARS. Offerors shall identify the country of origin for the offered end product and any qualifying components in their Reps and Certs. Domestic or qualifying/designated-country end products are required unless an authorized exception applies.

Submission Instructions

- Deadline: June 8, 2026, 11:00 AM EST

Subject Line

[FA860126Q0042], F20676 HAW2 Ergo Requests - Submit via email to both:

Contracting Officer

Candice Snow candice.snow@us.af.mil

Contract Specialist

Brian Algeo brian.algeo.l@us.af.mil - Format: Single email 5 MB; attachments must be .pdf, .docx, or .xlsx. Compressed files (e.g., .zip) will be filtered and are not permitted. - Confirmation: A receipt confirmation will be sent within 24 hours; if not received, contact the points of contact above.

Proposal Content Requirements

Proposals shall consist of two parts a Technical Proposal and a Price Proposal and shall provide sufficient detail to demonstrate compliance with the SOW. Do not merely restate the Government's requirements. Each proposal shall include: - Company name, address, SAM Unique ID, CAGE Code, and TIN - Point of contact name, phone, and email - Proposal number, date, and validity period - Technical description with manuals, datasheets, or literature evidencing compliance with each SOW requirement

Completed Offeror Representations and Certifications

- Itemized firm-fixed pricing with extended totals; FOB Destination (all shipping included); Net 30; no progress payments

SAM Registration

Offerors must maintain an active registration in the System for Award Management at https://www.sam.gov for the life of the contract. - Invoicing: Invoices shall be submitted electronically through Wide Area Workflow Receipt and Acceptance (WAWF-RA) at https://wawf.eb.mil/. Questions: Questions shall be submitted via email to both points of contact no later than May 22, 2026, 11:00 AM EST, with the solicitation number in the subject line. Late questions may not be considered. Attachments - Statement of Work (SOW)

Summary (Newest Update)

Background The Department of the Air Force, specifically the AFLCMC/PZIBA, is issuing this combined synopsis/solicitation for commercial products in accordance with the Revolutionary Federal Acquisition Regulation Overhaul (RFO) Part 12. The goal of this contract is to procure ergonomic furniture as part of the F20676 HAW2 Ergo Requests project, which aims to enhance workplace ergonomics at Wright-Patterson Air Force Base. Work Details The contract involves the procurement and installation of ergonomic furniture, including: - 5 Dual Monitor Arms (CS2) - 1 Surface Height Adjustable Workspace, Corner (sHAW1) - 28 Height Adjustable Bases (uHAW1) - 23 Antifatigue Standing Mats (AFM1) - Design and Project Management Services - Delivery and Installation Services - Certified Electrical Services. All items are to be delivered FOB Destination to Facility #20676 at Wright-Patterson Air Force Base, OH 45433. The work must comply with the attached Statement of Work (SOW), dated April 7, 2026. Period of Performance 120 days from contract award. Place of Performance Wright-Patterson Air Force Base, OH 45433.

Contacts
Contact nameBrian Algeo
Contact emailbrian.algeo.1@us.af.mil
Contact phoneNone
Secondary contact nameCandice Snow
Secondary contact emailcandice.snow@us.af.mil
Secondary contact phoneNone
Same Region Opportunities

Portable Radios

Agency: VISN 10: Healthcare System

Location: Ohio

NAICS: 334220