Office Furniture for Building T128 Fort Shafter, Honolulu
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 Department of the Army is conducting market research through a Sources Sought notice to identify capable sources for office furniture for Building T-128 at Fort Shafter, Honolulu, HI. This requirement includes workstations, seating, storage, and related ancillary furnishings. Vendors are requested to provide capability information, delivery lead times, budgetary pricing, and past performance. Responses are due April 27, 2026.
Scope of Work
The requirement is for new, fully assembled, and installed commercial-grade office furniture for the 18th MEDCOM, Bldg T-128. This includes:
- Workstations: Commercial-grade laminate workstations with integrated cable management, minimum 30"x48" footprint, and lockable pedestals where specified.
- Executive Furniture: L-shaped and U-shaped desks, double pedestal desks, credenzas, and storage units (wardrobe closets, bookshelves).
- Seating: Ergonomic, commercial-grade task chairs (e.g., MIRRA 2 or equivalent) with adjustable features, guest chairs, break room chairs, and conference chairs.
- Ancillary Furnishings: Small round tables, conference tables, flip-top desks, podiums, and specific outdoor/common area furniture such as Bakhita Stackable Armchairs, Tripple Seater Take-Out benches, Plainwell Aluminum Benches, Rocking Adirondack Chairs, and Melville Bench Wood.
Detailed quantities and layouts are provided for various rooms across the 1st and 2nd floors, including Command Suite (Open Office 110), CSM Office (Room 111), CoS/DCO/XO Offices (Rooms 112-114), Commanding General Office (Room 115), COIC 119, and multiple open offices and rooms on the second floor. The contractor must field verify all dimensions prior to installation.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified; however, interested parties are encouraged to identify their business size/status (e.g., small business, WOSB, HUBZone, SDVOSB).
- Response Due: April 27, 2026, 12:00 PM Z
- Published: April 17, 2026
Information Requested
The Government is particularly interested in:
- Vendor capability to meet the requirement.
- Delivery lead times, with emphasis on accelerated delivery.
- Budgetary pricing/Rough Order of Magnitude (ROM) estimates.
- Relevant past performance.
- Business size/status.
Additional Notes
This is a market research effort and does not constitute a request for quotes or a solicitation. The provided T-128 Design Plan and Salient Characteristics document offer crucial details on physical layout, furniture types, and quantities.