DEV MODE

Important Dates


Posted Date: 01/09/2026

Response Date: 01/20/2026

Archive Date: 01/31/2026

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


Furniture for the Transportable Temporary Housing Units

Solicitation Number:

70FB8026Q00000007

Primary NAICS:

337122 - Nonupholstered Wood Household Furniture Manufacturing

Notice Type:

Combined Synopsis/Solicitation

Location:

Cumberland Maryland 21502 USA

Set Aside:

SBA

Description


Amendment 03

The purpose of this Amendment 03 is to:

- remove the Buy American clauses from the revised Terms & Conditions attachment

- incorporate the revised Attechment 2 Pricing Template Furniture

- incorporate the revised Questions and Answers attachment (remove Buy American clauses).

End of the Amendment 03.

Amendment 02

The purpose of this Amendment 02 is to provide the correct format of Questions and Answers attachment.

End of the Amendment 02.

Amendment 01

The purpose of this Amendment 01 is to provide the Questions and Answers attachment.

End of the Amendment 01.

COMBINED SYNOPSIS/SOLICITATION NOTICE For Furniture for the Transportable Temporary Housing Units

Request for Quote (RFQ) 70FB8026Q00000007

(i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart FAR part 12, Acquisition of Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued.

The solicitation, 70FB8026Q00000007, is being issued as a Request for Quote (RFQ) for Multiple Awards (up to three (3) individual awards), as, for Furniture for the Transportable Temporary Housing Units. The Furniture consists of standard household materials and supply items to eligible disaster survivors housed in Transportable Temporary Housing Units (TTHUs). These items include Sofa, Armchair, Heavy Duty Armchair, Coffee Table, End Table, Dining Set (1 Table/ 6 Chairs), Heavy Duty Dining Room Chairs (2), Full Bed Frame, Bunk Bed Frame, Full Mattress/ Box Spring Set, XL Twin Mattress, Four or Five Drawer Dresser, and Nightstand. These resources ensure the Logistics Operations Division can maintain a Ready for Deployment stock of units in support of Individual's Assistance Direct Housing Program.

This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 337121 – Upholstered Household Furniture Manufacturing (size standard of 1,000 employees) and 337122 – Non-upholstered Wood Household Furniture Manufacturing, (size standard of 750 employees). The Product Service Code (PSC) is 7105 Household Furniture.

This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at:

https://www.acquisition.gov 

https://www.acquisition.gov/hsar

https://www.dhs.gov/publication/current-hsar-deviations

A Defense Priorities and Allocations System (DPAS) rating is not assigned; there is no DPAS rating.

(ii) A list of items and unit of measure (including ordering periods) is at 2.4.1.ii – Attachment 2: Pricing Template Furniture, Amendment 03.

(iii) A full description of requirements for the items to be acquired is at 2.2.1.i – Attachment 1: Statement of Work Furniture.

(iv) Information about date(s) and place(s) of delivery and acceptance and f.o.b. point is at 2.2.1.i – Attachment 1: Statement of Work Furniture.

(v) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services applies to this acquisition. See Terms and Conditions Section L: Instructions, Conditions, and Notices to Offerors or Respondents. Offerors that fail to furnish the required representation or technical information as required by Federal Acquisition Regulation provision 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. See Terms & Conditions for additional solicitation provisions.

(vi) The clause at 52.212-4, Terms and Conditions – Products and Commercial Services, applies to this acquisition and is incorporated under Terms and Conditions Section I: Contract Clauses. See Terms & Conditions for additional solicitation and contract clauses.

(vii) The date, time, and place for receipt of questions and offer, as well as the Point of Contact (POC) are as below:

Questions are due by December 30, 2025, at 11:00AM ET.

Proposals are due by January 20, 2026, at 11:00 AM ET.

POC: Ejona Lika, Contracting Officer, Ejona.Lika@fema.dhs.gov &

POC: Tamara Beach, Contract Specialist, Tamara.Beach@fema.dhs.gov

Attachments:

  1. Attachment 1 – Statement of Work
  2. Attachment 2 – Pricing Template, Amendment 03
  3. Attachment 3 – Past Performance Form
  4. Attachment 4 – Questions Submission Form

Contact Information


Ejona LIKA

Send Email


Tamara Beach

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?