Professional Moving Service - Garden City, NY
ID: M0026325Q1009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALPARRIS ISLAND, SC, 29905-9001, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 4:00 AM UTC
Description

The Department of Defense, specifically the Department of the Navy, is seeking proposals for professional moving services to relocate government property from Garden City, NY, to Fort Hamilton, Brooklyn, NY. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to manage all aspects of the move, including packing, inventory, transportation, and assembly of furniture, while adhering to federal guidelines and security protocols. This initiative underscores the government's commitment to engaging veteran-owned businesses and ensuring a seamless transition of government assets, with proposals due by April 16, 2025, and a scheduled move between June 6 and June 15, 2025. Interested vendors can contact Captain Zach Keener at zachary.e.keener.mil@usmc.mil or Kacy Mohead at KACY.M.MOHEAD@USMC.MIL for further details.

Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
The Equipment Density List (EDL) outlines the inventory of equipment and furniture requiring relocation from a warehouse. The list includes a diverse array of items such as 130 computer monitors, 20 file cabinets, multiple large printers, fitness equipment, a studio room with cameras, and various office furniture like desks and chairs. The total estimated weight for the items is 20,000 lbs, with logistics indicating around 300 boxes to be packed. Specific items need disassembly and reassembly, emphasizing careful handling during the move. This document likely serves as a preparatory or logistical resource for a government-funded project or initiative involving the transition of assets, underscoring the necessity for organized packing and relocation in accordance with federal, state, or local RFP protocols. The thorough enumeration illustrates operational preparedness and resource management in the context of government operations.
Apr 15, 2025, 3:07 PM UTC
The document provides an Equipment Density List (EDL) detailing items for packing and relocation from a warehouse, requiring assessment and organization prior to moving. Key items listed include 10 file cabinets, various office furniture such as desks and chairs, large storage cabinets, a wooden conference table needing disassembly, and equipment including large laser printers and studio room materials. Additionally, it mentions the need to disassemble 10 metal shelving units attached to the wall and highlights the overall estimated weight of items to be moved at 20,000 lbs. This inventory suggests an organizational effort aimed at repositioning the assets in compliance with federal and local guidelines, positioning the initiative within the context of government RFPs and grants focusing on efficient workspace management and equipment relocation.
Apr 15, 2025, 3:07 PM UTC
The document outlines the identification requirements for individuals seeking access to Fort Hamilton Army Garrison. It emphasizes compliance with the Real ID Act of 2005, which specifies that only identification meeting federal standards will be accepted as valid. Individuals presenting non-compliant state IDs or those labeled “not for federal purposes” must provide additional documentation, such as a passport or a permanent resident card, to gain entry. It is also explicitly stated that digital copies of documents are not acceptable for entry purposes. These guidelines ensure adherence to federal identification standards for security and access control at the military facility. The purpose of this document is to enhance security protocols associated with entering federal properties, reflecting broader government efforts to maintain stringent access criteria.
Apr 15, 2025, 3:07 PM UTC
The document outlines a Request for Proposal (RFP) issued by the 1st Marine Corps District for professional moving services. The aim is to relocate government property from the current headquarters in Garden City, NY, to a new location at Fort Hamilton in Brooklyn, NY, by June 15, 2025. Key elements include the contractor's responsibility for inventory, packing, moving, delivery, assembly of furniture, and cleanup. The procurement will adhere to federal guidelines, with a focus on small business participation. A detailed Performance Work Statement (PWS) sets forth objectives, requirements, and security provisions, including liability for damages and the necessity for contractor personnel to comply with security regulations. The contractor is tasked with providing proof of liability insurance and must use government-approved personnel for base access coordination. The expected timeline includes packing from May 27 to June 5, 2025, and moving from June 6 to June 15, 2025. Overall, the RFP emphasizes compliance with federal regulations and the importance of a seamless transition to the new headquarters while safeguarding government property.
Apr 15, 2025, 3:07 PM UTC
The document outlines the background check requirements for individuals seeking access to the United States Army Garrison Fort Hamilton, specifically for those without a Common Access Card (CAC). It mandates that consent for a criminal history record check be provided in accordance with Army Regulation 190-13. The consent form includes a waiver indemnifying the Directorate of Emergency Services from liabilities resulting from the background check process. Key disqualifying factors for access include serious criminal convictions such as sexual offenses, terrorism-related activities, and significant felony infractions within the last ten years. The document highlights the importance of accurate disclosure of personal information and warns that omission may lead to denied access. Overall, it establishes strict guidelines for security and personnel management regarding visitor access, emphasizing compliance with federal protocols to ensure the safety and integrity of the Army installation. This framework reflects broader government efforts in managing security through meticulous screening processes as influenced by regulation and public safety considerations.
Apr 15, 2025, 3:07 PM UTC
The document outlines the requirements and procedures for a federal moving contract involving services between two locations: Garden City and Fort Hamilton. It confirms service hours from Monday to Friday, the availability of elevator access, and specific responsibilities related to packing and liability insurance. Contractors must handle the logistics of moving without face-to-face site visits or additional virtual tours. Background checks are mandatory for base access, with responsibilities resting on contractors to ensure compliance. In case of damages during transit, contractors are financially liable, and a detailed inventory will be maintained. Furthermore, packing materials are the contractor's obligation, and no cleaning of vacated areas is required post-move. The document ultimately serves as a clarity resource for potential bidders on compliance and operational expectations tied to the RFP process, focusing on logistics and contractor responsibilities in federal operations.
Apr 15, 2025, 3:07 PM UTC
The Marine Corps Recruit Depot in Parris Island, SC, has issued Solicitation Number M00263-25-Q-1009 for a Firm Fixed Price contract for Professional Moving Services, designated as a 100% Service Disabled Veteran Owned Small Business Set-aside. This solicitation follows the commercial procedures specified in FAR Part 12. Site surveys for the pickup and delivery locations are scheduled for April 9 and 10, 2025, respectively, and vendors must submit required documents by April 3, 2025. Proposals are due by April 16, 2025, with the Government conducting a comparative evaluation of quotations based on price and non-price factors. Only quotes deemed fair and reasonable will be favored. Offerors are required to submit a completed representation and certifications form along with their proposals. For any queries, vendors may contact designated personnel via provided email addresses and phone numbers. This initiative not only aims to secure professional moving services but also underscores the government's commitment to engage service-disabled veteran-owned businesses in federal contracts.
Apr 15, 2025, 3:07 PM UTC
The document outlines visitor access protocols for an event managed by the military, specifically detailing submission requirements for visitor lists. The main point of contact is Capt. Keener, reachable at 775-217-6717. It specifies that groups of 50 or fewer attendees require a submission of names three business days in advance, while groups of 51 to 100 require five business days, and those exceeding 100 attendees need ten business days for clearance. The document includes a sample visitor entry that outlines necessary personal information such as last name, first name, date of birth, and driver's license details. It also indicates the possible outcomes of the clearance process for each visitor, including being cleared, needing more information, or denied access. The overall purpose of the document is to enforce security protocols for managing access effectively, ensuring compliance with federal regulations in relation to visitor management during military events.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
V--Transportation, travel and relocation services.
Buyer not available
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
Buyer not available
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.
Furniture Moving
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Furniture Moving Services at Fort Drum, NY. The services include moving, installing, and assembling miscellaneous real property assets/furniture. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. For more information, contact Michael E. Quirk at michael.e.quirk.civ@mail.mil.
Direct Procurement Method (DPM) personal property shipments in the state of Hawaii
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking potential sources for packing, containerization, and local drayage services related to Direct Procurement Method (DPM) personal property shipments in Hawaii, specifically on the island of Oahu, starting around January 1, 2026. The procurement aims to identify contractors capable of performing a variety of tasks, including pre-move surveys, packing, loading, and unpacking of personal property for Department of Defense personnel. This initiative is crucial for ensuring efficient relocation services for military families, reflecting the government's commitment to quality service during transitions. Interested parties must submit their responses to the sources sought notice by May 16, 2025, and can contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil or Christine Ah Yee at christine.l.ahyee.civ@us.navy.mil for further information.
Vessel Parking
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting quotations for vessel parking services to support the operational needs of the Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement requires priority parking for both wet and dry lay-up of Security Vessels (SV64s) and related equipment, with a base contract period of 12 months and four optional one-year extensions, ensuring readiness during emergencies and operational contingencies. This contract is crucial for maintaining the operational mission of the U.S. Navy, emphasizing compliance with federal standards and security protocols. Interested small businesses must submit their firm-fixed-price quotes by April 30, 2025, and can direct inquiries to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or contact Shakayla Tucker at 912-573-0224 for further details.
Amended DLS Material Handler Contract (VA-25-00000414) for warehouses DLS and SDC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Amended DLS Material Handler Contract (VA-25-00000414), which involves providing facility support staffing services for material handling at warehouses DLS and SDC in Golden, Colorado. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to manage logistics activities such as receiving, storage, inventory control, and distribution of commodities, ensuring compliance with specified performance standards without direct government supervision. Interested parties must submit their proposals by May 9, 2025, at 10:00 A.M. Mountain Time, and can direct inquiries to Bradley Geghan at bradley.geghan@va.gov.
V--DPM-HOUSEHOLD GOODS
Buyer not available
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 3, Packing, Crating, Storage, and Movement Services. The contract area of performance is in Washington State counties: Island, San Juan, Skagit, and Whatcom. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is 01 Oct 2018, with the RFQ issued on or about 18 July 2018 and offers due on or about 18 August 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5.
M1LZ--VASDHS OFF-SITE EMPLOYEE PARKING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking proposals for off-site employee parking services for the VA San Diego Healthcare System (VASDHS). This procurement includes a base year contract with the option for four additional years, aimed at providing essential parking facilities to support the operations of the Jennifer Moreno Medical Center. The opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), reflecting the VA's commitment to fostering opportunities for eligible small businesses. Interested parties should direct inquiries to Dr. Barry Bland at barry.bland@va.gov, with proposals due by May 9, 2025, at 10:00 AM Pacific Time.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.
USS Truman Homecoming Event
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals from qualified small businesses for the rental of event equipment and services for the USS Harry S. Truman (CVN 75) Homecoming event scheduled for May 20, 2025, at Naval Station Norfolk. The contractor will be responsible for supplying, delivering, setting up, and removing various event equipment, including tents, generators, portable PA systems, toilets, hand wash stations, chairs, bleachers, barricades, and fans, with delivery set for May 16 and setup completion by 6 PM that same day. This procurement is critical for ensuring a successful military event, emphasizing compliance with safety regulations and effective coordination with a designated point of contact. Interested parties must submit their quotes to Stuart Davis at stuart.b.davis.civ@us.navy.mil by 12:00 PM EST on April 29, 2025, as oral communications will not be accepted.