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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    HHG Moves
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the transportation and relocation of household goods under the project titled "HHG Moves." The procurement aims to facilitate the efficient shipment of household goods, which is essential for military personnel and their families during relocations. This service plays a critical role in ensuring smooth transitions for service members, thereby supporting operational readiness and personnel welfare. Interested contractors can reach out to Tasha Arestizabal at tasha.arestizabal@usmc.mil or by phone at 760-830-5116, or Tiffany L Hurst at tiffany.hurst@usmc.mil or 760-830-1104 for further details regarding the opportunity.
    N0SSA FURNITURE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command at the Naval Surface Warfare Center Indian Head Division, is soliciting quotes for furniture removal services under Request for Quote (RFQ) N0017426Q1010. The procurement involves the removal and disposal of 32 office cubicles and miscellaneous office furniture, with the requirement to complete the service within one week of contract award. This opportunity is particularly significant as it supports the efficient management of office space and resources within the Navy, with a total estimated award amount of $47,000,000. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by 12 PM Eastern Time on December 22, 2025, and can contact Christina E. Simpson at christina.e.simpson.civ@us.navy.mil or 301-744-6627 for further details.
    TRASH REMOVAL SERVICES AT FORT HAMILTON COMMISSARY
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking a contractor to provide trash removal services at the Fort Hamilton Commissary located in Brooklyn, New York. The contractor will be responsible for all personnel, equipment, and transportation necessary for the removal, pickup, and disposal of trash three times a week, while ensuring compliance with all local, state, and federal environmental regulations. This procurement is a Total Small Business Set-Aside, with a contract period consisting of one base year and four one-year option periods, and the anticipated award date is March 1, 2026. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Robert French at ROBERT.FRENCH@DECA.MIL.
    Washington DC Area Local Moving and Storage Services
    State, Department Of
    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.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    J071--Furniture Repairs and Movers | New Base Plus 4 | Start: 3/31/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide furniture repair and moving services at the John D. Dingell VAMC in Detroit, Michigan. The procurement encompasses an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for a base year plus four option years, starting March 31, 2026, and includes tasks such as repairing various furniture brands, relocating items, and assisting with inventory management. This contract is crucial for maintaining the functionality and aesthetics of the VA's furniture inventory, ensuring compliance with federal regulations and labor standards. Interested vendors must submit their quotations by December 30, 2025, and can contact Contracting Officer Elizabeth Koses at elizabeth.koses@va.gov for further information.
    X-132 Command Consolidation Support
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors to provide consolidation support for its headquarters relocation to Naval Station Norfolk, Virginia. The contractor will be responsible for project management, planning, and advisory services to facilitate the move of approximately 1,186 government employees, with an expected increase of 574 personnel over the next 5-10 years. This project is critical for enhancing operational efficiency as MSC consolidates its operations from multiple buildings into a single location. Interested businesses must submit their company profiles, small business status, capability statements, and past performance documentation by January 15, 2026, to the primary contact, Jamiel Blizzard, at jamiel.n.blizzard.civ@us.navy.mil.
    Y1DA--NRM-CONST- 630A4-26-408 Fire Hydrants Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Fire Hydrants Replacement project at the Brooklyn Veterans Affairs Medical Center. This project, designated as a 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB), involves the replacement of seven fire hydrants and two Post Indicator Valves (PIVs), along with the evaluation and replacement of associated isolation valves and comprehensive testing of approximately twenty hydrants on the campus. The work is critical for ensuring the operational integrity and compliance of the fire protection system, with an estimated construction value between $250,000 and $500,000 and a completion timeline of 240 calendar days from the Notice to Proceed. Interested contractors must be registered and verified in the SBA’s Small Business Search and sam.gov, with a site visit to be scheduled and details provided in the forthcoming solicitation anticipated around January 12, 2026. For inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.