Skip to content
Department of Veterans Affairs

7195--FURNITURE - BEHAVIORAL HEALTH FURNITURE

Solicitation: 36C24226Q0362
Notice ID: 682f875abb1c4e368078c3164e6ea990
TypeSources SoughtNAICS 337215PSC7195DepartmentDepartment of Veterans AffairsStateNYPostedFeb 19, 2026, 12:00 AM UTCDueMar 05, 2026, 05:00 PM UTCCloses in 11 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Mar 05, 2026. Industry: NAICS 337215 • PSC 7195.

Market snapshot

Awarded-market signal for NAICS 337215 (last 12 months), benchmarked to sector 33.

12-month awarded value
$350,000
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$350,000
P10–P90
$350,000$350,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($350,000)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Northport VA Medical Center Building 65 1st floor, 79 Middleville Road • Northport, NY • 11768
State: NY
Contracting office
Albany, NY • 12208 USA

Point of Contact

Name
Sanchez Reid
Email
Sanchez.Reid@va.gov
Phone
908-647-0180

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
242-NETWORK CONTRACT OFFICE 02 (36C242)
Office
Not available
Contracting Office Address
Albany, NY
12208 USA

More in NAICS 337215

Description

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 12. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 12, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 337215- Showcase, Partition, Shelving, and Locker Manufacturing (size standard of 500 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 02 Network Contracting Office, is seeking sources that can provide Behavioral Heal Furniture that at a minimum meets the following salient characteristics with a brand name or equal product for the Northport VA Medical center: To Be Delivered to: Northport VA Medical Center Building 65 1st Floor 79 Middleville Road Northport, NY 11768 The VA has a preference for domestic (manufactured in the United States) content where available. Specifications: STATEMENT OF WORK VAMC Northport Station 632- Replace PRRP Group Furnishings NORTHPORT VA MEDICAL CENTER Background: The VAMC in Northport has general PRRP group/lounge rooms that are furnished with pieces that have been cited on Environment of Care Rounds for tears in upholstery. This project will help provide a sanitary and infection control approved area for residents of the PRRP programs to conduct groups, complete therapeutic work assignments and have a place to integrate and relax with the PRRP community and family members. Scope: I. Supply Behavioral health seating (2 sofas, 2 love seats, 15 chairs, 2 end tables, 1 coffee table and 1 dining/activity table. 2 each - 3 seat Behavioral Health Sofa (WSGBH) 2 each - 2 seat Behavioral Health Love Seat (WSGBH) 15 each - single seat Behavioral Health Chair(WSGBH) 2 each end tables (OT1) 1 each - coffee table (OT1) 1 each dining/activity table (CT1) WSGBH Freestanding Behavioral Health lounge furniture Behavioral health upholstered furniture. Salient Characteristics: To include minimum of the following specifications: a. Chair, loveseat and sofa available with solid wood secured arm caps or cleanable wood alternative like a pick resistant polymer finish that is secured. To have a metal seat frame or steel reinforced structure and upholstered seat, back and upholstered panel arm, and leg base style. b. Antimicrobial, water resistant, healthcare grade fabric c. All chairs, sofas and love seats shall have a clean-out area between seat and back d. Chair lines shall include coordinating love seat and sofa e. Chairs shall have a minimum weight capacity of 350 lbs. f. Love Seats shall have a minimum weight capacity of 500 lbs. g. Sofas shall have a minimum weight capacity of 750 lbs h. Behavioral health seats need some weight for them not to be propelled and provide stability. Chairs shall have a minimum weight of 80 lbs. A two seat love seat or settee shall have a minimum weight of 100 lbs. A three seat sofa shall have a minimum weight of 165 lbs. i. Upholstery to have double stitched seams for all upholstery j. To be designed and weighted to deter mishandling k. To have a seamless seat front to increase durability and prohibit concealment. l. To have no exposed upholstery staples m. To have no exposed fasteners n. To have non-removable seat cushion o. To have tamper-resistant steel legs and glides or wood/wood look steel reinforced legs. p. To be BIFMA X5.4-2020 Certified q. To have arm cap option available in wood or a pick resistant polymer. r. Chairs, love seats and sofas shall have non-skid glides for hard surface floors. s. Textile options ranging from moisture resistant fabric in nonwoven materials to include COM/Healthcare grade fabric and the ability to clean using germicide or bleach solution. Selected fabric is CF Stinson Weft . t. Chairs, loveseats and sofas shall have field-replaceable arm caps u. Warranty: : To have a minimum 10-year warranty that includes construction and finish. OT1 Occasional tables, end tables (2 each) and coffee table (1 each) Salient Characteristics: To include minimum of the following specifications: a. To have a solid surface top with .5" waterfall edges, the drum is to be finished in hard and cleanable surfaces. Finishes must be moisture impervious, easy to clean and maintenance free. Tables are to be drum style, to be a wood look finish that is the company match to seating arm and leg finishes. Drum table is to include a plinth. Plinth to be a wood look finish that is a manufacturer match to seating arm and leg finishes or a metal finish that is available in both a warm metal and a cool metal look that is a manufacturer match to seating arm and leg finishes. b. Include glides on bottom of drum to move on hard floors without marring. c. Anti-microbial finish applied to any finished exposed wood surfaces d. Surfaces must be hard, and durable, to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners. e. Meet AWI (American Woodwork Institute) standards for joinery techniques. f. Meets or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001). g. End table must be a minimum of 45 lbs, a coffee table must weigh a minimum of 110 lbs. h. CT1 end table will be round and have a 24" diameter with a 20" height. CT1 Coffee table will have a 42" diameter/ or size with large diameter rounded corners and a 16" height. Drum to be a wood look material, plinth is preferred to have a metal finish, top to be solid surface. i. To have a HPL wood look finish or other comparable wood look finish, a or metal plinth option j. Surfaces must be hard, and durable and be heat, scratch, and mar resistant, and cleanable with healthcare cleaners. k. All fasteners to be concealed l. Glides to be tamper-resistant and non-removable m. Contributes to LEED Credits n. Warranty: To have a minimum 10-year warranty that includes construction and finish CT1 - Conference Table, HPL (1 each) Salient Characteristics: To include minimum of the following specifications: a. Top size to be 60 - 66 Diameter c. Top to be offered in a variety of HPL options with one matching woods of the occasional table wood finishes. d. Edge detail to be vinyl edge. e. To be a single column support base with 4 pronged segmented leg base, per design intent, with finish options to choose from including chrome, metallic paint options, and painted metal options. i. To include leveling glides for carpet or hard floors. j. There should be no grommet opening on the table top. k. To contribute to LEED Credits. n. Warranty: To have a minimum 10-year warranty that includes construction and finish II. All upholstered furniture, coffee table and end tables will be inside delivered, installed, and fully assembled on the unit, Building 65 1st floor Group/Multipurpose room. The dining/activity table will be will be inside delivered, installed, and fully assembled to Building 64 2nd floor Lounge/Activity Room. o Each item will be fully assembled and placed in the appropriate room as designated unit which will provided. Elevators to both areas will be available with access from the basement level tunnel system (delivery path to be included in floor plan document) o Provide phased shipments as needed and 30 day storage period as needed if determined at the time of acknowledgement. o Vendor is welcome to schedule a walk through of the delivery path prior to providing final pricing. Weft Jungle and Weft Indigo were the fabrics selected but other fabric lines with a similar blue or green can be considered if necessary. The laminate or polymer light walnut or espresso, a standard finish. Delivery: Furniture is to be delivered by awarded vendor, to buildings 64, 2nd floor and Building 65 1s floor multipurpose rooms. Vendor is to supply all materials and tools required to transport, cart and deliver furniture. All debris and trash from packaging of furniture is to be carted away and disposed of off site with vendor each day the vendor delivers. III. Performance Requirements o The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications sent to manufacturer with approval from VAMC Interior Designer. o Furniture delivery (79 Middleville Road, Northport, NY 11768 building 65 1st floor and building 64 2nd floor) (specific rooms to be determined before delivery) o Duty hours will be 8:30 am 4:30 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Mond POC Engineering: Place of Performance: Northport VAMC 79 Middleville Road Northport, NY 11768 Order to be shipped within 120 days ARO. Patient Information Privacy and Protection: The furniture does not store any PHI/PII/PI, nor are there any hard drives/storage devices to service or remove. Item Number Description Quantity 1 3 seat BH sofa 2 2 2 seat BH settee 2 3 Single seat BH Lounge chair 15 4 60 table (64) 1 5 Occasional Table 20 H 2 6 Occasional Table 16 H 1 7 Inside delivery and placement (Services) 8 Service Level Agreement Fee The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items? (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your Sam.gov Unique Entity ID number. Responses to this notice shall be submitted via email to Sanchez.Reid@va.gov. Telephone responses shall not be accepted. Responses must be received no later than March 5,2026 at 12:00PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.