FDIC National Moving and Relocation Services (Multiple-Award BOA)
ID: SSN202510280330Type: Sources Sought
Overview

Buyer

FEDERAL DEPOSIT INSURANCE CORPORATIONFEDERAL DEPOSIT INSURANCE CORPORATION_

NAICS

Used Household and Office Goods Moving (484210)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Federal Deposit Insurance Corporation (FDIC) is seeking information from potential vendors regarding their capabilities for a multiple-award Basic Ordering Agreement (BOA) for National Moving, Relocation, and Storage Services. The procurement aims to identify qualified contractors who can manage local, intrastate, and interstate moves of furniture and office equipment, as well as provide related services such as storage, inventory management, and furniture assembly/disassembly. This initiative is crucial for ensuring efficient relocation and management of FDIC's operational assets across various locations in the United States, as outlined in the attached documents detailing service requirements and pricing structures. Interested parties should submit their capabilities statements and complete the Market Research Questionnaire by contacting Nia Holloway at nholloway@fdic.gov, referencing notice ID “SSN202510280330.” The FDIC does not intend to award a contract based solely on this notice, and responses are due by the specified deadline.

    Point(s) of Contact
    Nia Holloway
    nholloway@fdic.gov
    Files
    Title
    Posted
    The provided document is a Price Schedule outlining labor, other charges, and materials for various services across different regions (San Francisco, Atlanta, Chicago, Dallas, Kansas, and New York/Boston). The Period of Performance is designated as "Base" with specific dates. The labor categories include union rates for project managers, supervisors, various laborers, operators, drivers, collectors, installers, and inventory/warehouse staff. "Other Charges" cover truck/van usage, fuel surcharges, intrastate and interstate mileage, long-term and temporary storage, e-waste recycling, expedited delivery, and additional cargo insurance. Material costs, inclusive of delivery and administrative fees, encompass various cartons, rental equipment (library, panel, moving dollies, storage on trailer), shrink wrap, bubble wrap, labels, and packing tape. Notably, system furniture parts and components are subject to union rates, and storage charges are pro-ratable. For materials exceeding $5,000, the contractor must obtain at least three competitive proposals for justification. This draft document is for informational purposes only, providing a comprehensive breakdown of potential costs for government-related projects involving moving, storage, and material handling.
    This government file, likely part of an RFP, details the locations, types, and sizes of numerous government offices across the United States and Puerto Rico. It categorizes offices into major regional groups: New York-Boston, Atlanta, Dallas-Memphis, Chicago, Kansas City, and San Francisco. For each regional grouping, both regional and field offices are listed, providing their street address, city, state, zip code, rentable square footage, and the number of stories. The document also includes the total square footage for each major regional grouping. This comprehensive listing serves to outline the physical infrastructure of government operations, providing critical data for potential contractors or agencies involved in facility management, services, or procurement related to these locations.
    This government file is a Market Research Questionnaire from the Federal Deposit Insurance Corporation (FDIC) for National Moving and Relocation Services. It seeks information from companies experienced in various moving services, including local, intrastate, and interstate moves of furniture, office equipment, and sensitive items. Key requirements include managing contracts across multiple geographically separated locations, providing storage, inventory, furniture assessment, assembly/disassembly of modular furniture, and liquidation/decommissioning services. The questionnaire also probes experience with e-waste, federal agencies, and the ability to obtain government facility access. It asks for details on company geographical reach, warehouse capacity, mobilization timeframes, cost drivers, and applicable GSA contracts. The FDIC is evaluating potential prime contractors and seeks recommendations on NAICS codes and GSA SINs. Companies are asked about their interest in bidding, potential subcontracting needs, and any factors that might limit their ability to submit a proposal, along with feedback on the requirement documents.
    This Statement of Work (SOW) outlines the requirements for national moving and relocation services for the Federal Deposit Insurance Corporation (FDIC). The contractor will provide all labor, materials, and supervision for local, intrastate, and interstate moves of furniture, office equipment, and related materials. Services include packing, unpacking, storage, cleaning, furniture adjustments, de-installing and installing systems furniture, transportation, decommissioning, and liquidation. The contractor must also provide inventory and furniture assessment services, and may be required to store or dispose of excess FDIC furniture. All services will be initiated via Work Orders and Task Orders, with strict adherence to FDIC responsibilities and contractor requirements, including safety, environmental compliance, and personnel qualifications. The contractor is responsible for protecting FDIC property and facilities, and maintaining professional conduct.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hardware-UPS
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of hardware and services related to Uninterruptible Power Supply (UPS) systems, specifically under RFQ CORHQ-25-Q-0474. The initiative aims to replace aging, mission-critical hardware nearing the end of its life, including HPE servers, Data Center Expert software, and various hardware components, while also providing extensive support services across multiple FDIC locations. This procurement is crucial for enhancing the reliability of critical applications and mitigating hardware failures. Interested offerors must submit their proposals by December 12, 2025, at 2:00 PM ET, and can direct inquiries to Kacie Lynch at klynch@fdic.gov or by phone at 703-562-2472.
    Congress KnowWho for Salesforce Subscription Maintenance
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the Congress KnowWho for Salesforce Subscription Maintenance, a critical requirement for their Office of Legislative Affairs CAUCUS application. The procurement involves providing software subscriptions, with a contract structure that includes a one-year base period from February 1, 2026, to January 31, 2027, followed by two optional one-year extensions, potentially lasting until January 31, 2029. Interested vendors must submit a pricing schedule, software license agreements, and maintenance support agreements, with the proposal due date set for October 31, 2025, by 2:00 PM EST, and an extended deadline for quotes until December 15, 2025, at 6:00 PM EST. For further inquiries, vendors can contact Christina V. Brooks at chrbrooks@fdic.gov or by phone at 571-212-7820.
    Data Modernization Section Support
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for a contract to support its Data Modernization Section (DMS), focusing on enhancing its data strategy and artificial intelligence (AI) capabilities. The contractor will provide comprehensive support across four key areas: the Cloud Data Management and Analytics (CDMA) Platform, modernization of the legacy AlphaRex NLP solution, operational support for enterprise AI capabilities, and lifecycle support for new DMS initiatives starting in 2027. This initiative is critical for transforming FDIC's data management into a secure, cloud-based enterprise resource, emphasizing compliance with stringent security and privacy policies. Proposals are due by January 2, 2026, with a total estimated workload of 16,234 hours for the base period, and interested parties can reach out to Mikel Wood at mikwood@fdic.gov or Timothy Whitaker at twhitaker@fdic.gov for further inquiries.
    Washington DC Area Local Moving and Storage Services
    Buyer not available
    The Department of State is preparing to issue a Request for Proposal (RFP) for local moving and storage services in the Washington, D.C. Metropolitan area, specifically for U.S. Government employees serving overseas. The procurement will encompass a range of non-personal services including packing, crating, transportation, and storage of household effects and privately owned vehicles (POVs), with a focus on companies capable of handling large volumes and adhering to strict labor standards. This opportunity is significant for ensuring the efficient relocation and storage of government personnel's belongings, with the RFP expected to be released between December 15 and December 29, 2025. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Juan Fernandez at fernandezjm@state.gov for further inquiries.
    Fiduciary Liability Insurance and Consulting Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for Fiduciary Liability Insurance and Consulting Services through Request for Quotation No. 2031JW26Q00011. The OCC requires a qualified specialty lines insurance broker to provide fiduciary liability insurance with a minimum coverage of $10 million, along with errors and omissions coverage for its 401(k) plans, and to deliver expert consulting and training sessions to 401(k) Committee members. This procurement is crucial for ensuring compliance with fiduciary responsibilities and mitigating legal risks associated with the management of retirement plans. Interested parties should note that the solicitation is anticipated to be posted on SAM.gov by November 7, 2025, and can contact Karen A. Green at karen.green@occ.treas.gov for further information. The estimated contract value exceeds $150,000, with a base period from January 1, 2026, to December 31, 2026, and four additional one-year options.
    Request For Information (RFI) FOR Enterprise Disk Storage Infrastructure and
    Buyer not available
    The Social Security Administration (SSA) is issuing a Request For Information (RFI) for the Enterprise Disk Storage Infrastructure and Services – Mainframe (EDSIS-MF). This procurement aims to gather information regarding potential solutions and services related to disk storage infrastructure that can support the SSA's operational needs. The goods and services sought are critical for enhancing the SSA's data management capabilities, ensuring efficient storage and retrieval of information. Interested vendors can reach out to Greg Shanklin at GREG.SHANKLIN@SSA.GOV for further inquiries regarding this opportunity.
    Brokerage Account Services
    Buyer not available
    The United States International Development Finance Corporation (DFC) is seeking qualified brokerage firms to provide brokerage account services for publicly traded securities. The primary objective is to facilitate the sales and trading of securities, particularly in emerging markets such as India, Brazil, and Mexico, while ensuring compliance with DFC's capital planning strategy. This opportunity is crucial as DFC may hold or receive publicly traded securities through its investment activities, necessitating experienced brokerages licensed in various global markets. Interested entities are encouraged to submit their proposals at any time during the twelve-month notice period, with submissions reviewed on a rolling basis. For inquiries, contact Michael Pasquella at michael.pasquella@dfc.gov or Melissa Hergenrader at melissa.hergenrader@dfc.gov.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    R699-- Relocation and Removal Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    Brand Name or Equal Financial Times
    Buyer not available
    The Federal Housing Finance Agency (FHFA) is seeking quotations for 50 licenses for full-text online access to the Financial Times, covering a base year and one option year. This procurement is unrestricted and falls under NAICS code 513120, which pertains to Periodical Publishers, highlighting the importance of access to timely financial news and analysis for the agency's operations. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotations by December 10, 2025, along with any questions by December 4, 2025, to Natalie Wallace at natalie.wallace@fhfa.gov. Quotations must adhere to specific submission guidelines, including a cover page, a technical volume limited to five pages, and a separate price quotation, with the contract awarded to the lowest-priced technically acceptable offer.