Office Moving Services at Washington Navy Yard
ID: N0018924Q0585-0Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide office moving services at the Washington Navy Yard. The primary objective of this procurement is to relocate office equipment and furniture from Building 70 to Building 44 for the Naval History and Heritage Museum, with a focus on meticulous planning and execution over a specified timeline from September to December 2024. This contract, which will be awarded as a Firm-Fixed-Price (FFP) agreement, emphasizes compliance with federal regulations, including background checks and personnel eligibility, and will evaluate proposals based on both price and technical capability. Interested vendors must submit their quotes electronically by the specified deadline and can direct inquiries to Jordan Walton at jordan.l.walton.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses a question regarding labor requirements for the Navy Yard in relation to a government solicitation. It specifies that all employees must complete an I-9 form, which is typically linked to U.S. citizenship status. For detailed instructions about access to the Navy Yard, the document refers readers to sections 3-5 of the Performance Work Statement provided in the solicitation. This requirement emphasizes adherence to regulations regarding personnel eligibility, aligning with standards often outlined in federal government RFPs. The focus reveals the broader context of compliance and security measures necessary within government facilities.
    The document serves as a combined synopsis and solicitation for moving services required by the Naval History and Heritage Command (NHHC), specifically for relocating office equipment from Building 70 to Building 44 at the Washington Navy Yard. The solicitation references federal acquisition regulations and includes information necessary for vendors to provide bids. It details the performance work statement, outlining the expectations for contractors, including their responsibility for planning, transporting, and relocating various office items such as furniture, IT equipment, and supplies. The contractor must ensure compliance with federal laws, conduct background checks on personnel, and provide proof of necessary certifications for operating equipment. The scope of work is comprehensive, requiring meticulous planning and execution over a specified timeline from September to December 2024. Additionally, quotes must be submitted electronically with a clear presentation of compliance with technical requirements, and only small businesses are eligible for this contract. Emphasizing best value, the evaluation will weigh both price and technical capability, guided by specific qualitative and quantitative assessment criteria. This solicitation highlights the government’s methodical approach to acquiring commercial services through a structured bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    V--Transportation, travel and relocation services.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking packing, containerization, and local drayage services for personal property shipments required by CPPSO. This service is typically used for the preparation of personal property of military members and civilian employees for movement or drayage and related services. The performance period for this 100% small business set-aside contract is anticipated to be a 12-month base period beginning on 01 June 2019 and ending on 31 May 2020, with options to extend through 30 November 2024. The place of performance is numerous locations throughout Maryland. The solicitation is expected to be available around 02 April 2019 on the Navy Electronic Commerce Online (NECO) website. All responsible sources may submit a proposal. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact David Crouch at david.w.crouch@navy.mil.
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 2, Packing, Crating, Storage, and Movement Services. The contract area of performance is in King and Snohomish counties in Washington State. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is October 1, 2018. The RFQ will be issued on or about July 18, 2018, with offers due on or about August 18, 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5. Prospective offerors should download the solicitation from the NECO website and monitor for any amendments. Electronic submission of quotes to NECO is not available at this time. All questions should be submitted via email to the Contract Specialist, Vonda Winter. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or Faxed.
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    Multi-Functional Devices (MFD)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy's Fleet Logistics Center Norfolk, is seeking qualified vendors to provide leasing services for Multi-Functional Devices (MFDs) and single-function printers, which are essential for operational support within the Navy/Marine Corps. The procurement aims to secure NMCI-certified and JWICS-certified equipment, along with comprehensive technical support and maintenance across various locations in the Hampton Roads area, ensuring compliance with Department of Defense standards and security protocols. This contract, which spans from January 2025 to June 2030, emphasizes the importance of maintaining optimal operational readiness and includes a requirement for all contractor personnel to hold active SECRET security clearances. Interested parties must submit their quotes by 1300 EST on August 28, 2024, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    CSFE ARTIFACTS & MUSEUM PIECE UPDATES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in San Diego, is seeking proposals for the CSFE Artifacts & Museum Piece Updates project, specifically targeting exhibit services at the Center for Seabees and Facilities Engineering (CSFE) in Port Hueneme, California. The contractor will be responsible for planning, designing, and fabricating exhibits that highlight the Navy’s construction and engineering history, with a focus on historical research, graphic design, and installation support. This opportunity is critical for enhancing educational and historical displays for military personnel and stakeholders, ensuring adherence to current museum standards. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or by phone at 619-556-5361.
    MOORING LINES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking quotes for the procurement of 350 dockline and chafe gear units, specifically designed as mooring lines. The solicitation is exclusively set aside for small businesses and adheres to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. These mooring lines are critical for ensuring the safe docking of naval vessels, featuring double-braid nylon construction and chafe protection for durability. Interested vendors must submit their written quotes by September 17, 2024, at 12 PM EST, via the designated email contacts provided in the solicitation. For further inquiries, vendors can reach out to Brittany Howerin at brittany.d.howerin.civ@us.navy.mil or Amber Geusic at amber.geusic@navy.mil.
    TRAILER,BOAT MOVING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of boat moving trailers. The contract requires the manufacture of trailers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These trailers are critical for the transportation of naval assets, ensuring operational readiness and logistical efficiency. Interested contractors must submit their quotes electronically to Brian J. Cawley at brian.j.cawley2.civ@us.navy.mil, with a minimum quote expiration of 90 days and the possibility of a contract award that includes an option for increased quantity within 365 days. For further inquiries, potential bidders can contact him at 717-605-1316.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.