ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Packing and Crating Services

DEPT OF DEFENSE FA483026Q0016
Response Deadline
May 3, 2026
19 days left
Days Remaining
19
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force’s 23d Contracting Squadron is seeking a small-business contractor to provide packing and crating services for Direct Procurement Method personal property shipments at Moody AFB. The work covers furnishing all personnel, equipment, facilities, supplies, supervision, transportation, and materials needed for packing, containerization, local drayage, storage, and related moving support for household goods and unaccompanied baggage. The requirement is a single-award IDIQ evaluated under LPTA, with technical acceptability and past performance considered after price, and performance will be concentrated in specified counties in Georgia and Florida under the PWS, DTR, JTR, and SDDC requirements with daily capacity limits of 200 to 600 NCWT. Offerors must be registered in SAM.gov, questions are due April 17, 2026 at 12:00 PM EST, and quotes are due electronically by May 3, 2026 at 12:00 PM EST.

Classification Codes

NAICS Code
488991
Packing and Crating
PSC Code
V003
TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING

Solicitation Documents

10 Files
Solicitation - FA483026Q0016.pdf
PDF381 KBApr 13, 2026
AI Summary
This government solicitation, FA483026Q0016, issued by FA4830 23 CONS CC on April 3, 2026, is a Request for Quote (RFQ) for packing, containerization, and local drayage services for Direct Procurement Method (DPM) personal property shipments at or near Moody AFB. It is a 100% Small Business Set-Aside with a NAICS code of 488991 and a size standard of USD 34,000,000.00. The contract will be a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year period of performance from September 17, 2026, to September 18, 2031, and a maximum potential value of $1 million. The contractor will be responsible for furnishing all personnel, equipment, facilities, supplies, services, and materials. Quotes are due by May 3, 2026, at 12:00 PM. Questions regarding the solicitation must be submitted by April 8, 2026, at 12:00 PM EST to Nasir Smith (nasir.smith.1@us.af.mil) or Erica Johnson (erica.johnson.18@us.af.mil).
Attachment 1 - PWS LRS DPM Contracts (003).pdf
PDF1947 KBApr 13, 2026
AI Summary
The Performance Work Statement (PWS) for Solicitation No. FA483026Q0016 outlines the requirements for packing and crating services for Department of Defense personnel's personal property. The contractor must provide all necessary personnel, equipment, facilities, supplies, and materials for services such as pre-move surveys, weighing, packing, loading, containerization, tagging, inventorying, and appliance servicing. The primary service areas are specific counties in Georgia and Florida, with a daily weight capacity of 200 to 600 Net Hundred Weight (NCWT). The PWS details time requirements for various move types, container specifications (including Government-Owned Containers and Wood Packaging Materials compliance), marking of exterior shipping containers, outbound documentation procedures, storage guidelines, facility requirements, and cargo insurance. It also covers delivery, unloading, unpacking, and claims procedures, emphasizing adherence to commercial and government standards. The government will provide certain supplies like containers and forms. The contractor is responsible for quality control, timely documentation, and error-free invoicing.
Attachment 2 - TPPS Notice and Class Deviation.pdf
PDF89 KBApr 13, 2026
AI Summary
The Department of Defense (DoD) is mandating electronic invoice submission for Direct Procurement Method (DPM) contractors providing personal property moving services, effective December 31, 2018. This change, driven by DFARS 252.232-7003 and USTRANSCOM's reengineering efforts, requires contractors to use a DoD-approved Third Party Payment System (TPPS), currently US Bank. Contractors will be notified by their Contract COR to initiate the setup process with US Bank. Benefits include accelerated payments (averaging 3 days) and online invoice status visibility. US Bank will impose a surcharge (currently 1.3%, capped at 2%) for processing these invoices, with future opportunities for contractors to adjust their rates accordingly. Manual invoice submissions will no longer be accepted once the electronic process begins. The USTRANSCOM Personal Property Branch is the point of contact for this initiative.
Amendment 1- FA483026Q00160001.pdf
PDF373 KBApr 13, 2026
AI Summary
Amendment 0001 to Solicitation FA483026Q0016, effective April 13, 2026, modifies the original solicitation dated April 3, 2026. This amendment clarifies the deadline for question submissions, extending it to April 17, 2026, at 12:00 PM EST. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid. All other terms and conditions of the original solicitation remain unchanged. This modification is crucial for potential contractors to adhere to the revised timeline for inquiries regarding the solicitation.
Attachment 3 - Wage Determination Rev 30.pdf
PDF73 KBApr 13, 2026
AI Summary
This government file, Wage Determination No. 2015-4493, outlines the minimum wages and fringe benefits for various service occupations across Brooks, Echols, Lanier, and Lowndes counties in Georgia. It specifies hourly rates for administrative, automotive, food service, health, technical, and other roles. The document also details fringe benefits, including health and welfare payments ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation time (2 weeks after 1 year, 3 weeks after 10 years), and twelve paid holidays. Special provisions cover night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. It further explains the conformance process for unlisted occupations, ensuring fair compensation. The file references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors.
Attachment 4 - Pricing Schedule Packing and Crating 2026.xlsx
Excel35 KBApr 13, 2026
AI Summary
This government file outlines a comprehensive range of moving and storage services, categorized into a Base Year and four Option Years, indicating a multi-year contract. The services are meticulously detailed across three main schedules: Outbound Services (Schedule 1), Inbound Services (Schedule 2), and Intra-City and Intra-Area Moves (Schedule 3). Key services include packing, containerization (both government and contractor-furnished), drayage (included or not included, and beyond contract areas), storage, reweighing, remarking, coopering, and assembly/disassembly of containers. Specific provisions address household goods (HHG), unaccompanied baggage, valuable items, and handling of overflow/oversize articles. The document also details procedures for attempted pickups and deliveries, ensuring accountability and communication with the contracting officer. The consistency of itemized services across all years suggests a recurring need for these logistical support operations, likely for military personnel or government employees, with a focus on adherence to commercial and government specifications (e.g., ASTM-D4169-01, SDDC Pamphlet 55-12).
Attachment 5 - Insurance Compliance (DAFFARs).pdf
PDF1540 KBApr 13, 2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the user's PDF viewer is unable to display the content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links to do so. It also offers a link for further assistance with Adobe Reader. The message clarifies that Windows, Mac, and Linux are registered trademarks of Microsoft Corporation, Apple Inc., and Linus Torvalds, respectively.
Attachment 6- Question and Answer Form.docx
Word41 KBApr 13, 2026
AI Summary
The document "FA483026Q0016 Attachment 6 QUESTIONS & ANSWERS MATRIX" serves as a structured template for managing questions and answers related to a government solicitation. It facilitates communication between the government and prospective bidders by providing a clear format for submitting inquiries, receiving official responses, and tracking how these responses may result in changes to the Performance Work Statement (PWS) or other solicitation documents. The matrix includes fields for referencing the solicitation section, posing questions, recording government responses, indicating whether a PWS change resulted, and citing the specific change reference. This attachment is crucial for ensuring transparency, clarity, and fairness throughout the federal procurement process, allowing all parties to track modifications and clarifications efficiently.
Attachment 7- PP Information (1).pdf
PDF316 KBApr 13, 2026
AI Summary
The document, titled 'Packing and Crating' (Solicitation: FA483026Q0016, Attachment 7), is a Past Performance Information Form for government contractors. It requires offerors to provide detailed information about their company, CAGE Code, UEI Number, and, if applicable, the prime offeror. The form collects specifics about past contracts, including program title, contracting agency, contract number, type (FFP, FFP Task Order, Cost Reimbursable), period of performance, dollar value, and whether it was reported in CPARS. It also asks for the contract environment (Air Force, DoD, Federal/State/County/City facility, or other) and whether the offeror acted as a prime or subcontractor. A description of services relevant to 'Grounds Maintenance acquisition' is requested. Finally, the form requires contact information (Name, Office, Telephone, FAX, Email) for both the Program Manager and Contracting Officer for government contracts, or equivalent for commercial contracts, ensuring they are available for reference checks. This form is sensitive information in accordance with FAR 2.101 and FAR 3.104.
Attachment 8- PP Questionnaire (1).pdf
PDF588 KBApr 13, 2026
AI Summary
This government document, Solicitation FA483026Q0016, titled “PACKING and CRATING” for Moody AFB, GA, is a Past and Present Performance Questionnaire. Its purpose is to gather performance evaluations of firms being considered for a packing and crating contract. The questionnaire is divided into sections for contractor information (offeror details, program title, contract specifics, description of contract, and primary customer points of contact) and respondent information (contact details and verification of contractor-provided data). A significant portion is dedicated to performance evaluation criteria, where respondents rate the contractor's performance across various aspects using a defined scale (Exceptional to Unsatisfactory) and provide narrative explanations for lower ratings. Key performance areas include transition, compliance with terms, personnel management, project management, responsiveness to workload fluctuations, and adherence to regulatory requirements. The document concludes with questions regarding default notices, re-award recommendations, and CPARS ratings, along with a section for general remarks. This questionnaire is a critical tool for source selection, ensuring a thorough assessment of potential contractors based on their past and present performance.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 3, 2026
amendedAmendment #1· Description UpdatedApr 10, 2026
amendedLatest Amendment· Description UpdatedApr 13, 2026
deadlineResponse DeadlineMay 3, 2026
expiryArchive DateMay 18, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4830 23 CONS CC

Point of Contact

Name
Erica T. Johnson

Place of Performance

Fort Moore, Georgia, UNITED STATES

Official Sources