ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Moving and Storage Services

DEPARTMENT OF VETERANS AFFAIRS 36C25726Q0090
Response Deadline
Feb 19, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking proposals for moving and storage services to support the Veterans Health Administration’s North Texas Healthcare System. The contractor will be responsible for providing temporary storage, transportation, assembly, design/layout, and disassembly of furniture and equipment, with a requirement for a minimum of 100,000 square feet of climate-controlled storage space within a 45-minute radius of Dallas. This contract is crucial for ensuring efficient logistics and management of inventory across various VA facilities in North Texas, with a base year and four one-year option periods anticipated. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details, and note that questions regarding the solicitation are due by February 10, 2026, at 1:00 PM CST.

Classification Codes

NAICS Code
493110
General Warehousing and Storage
PSC Code
3590
MISCELLANEOUS SERVICE AND TRADE EQUIPMENT

Solicitation Documents

3 Files
S02 36C25726Q0090.pdf
PDF492 KBFeb 10, 2026
AI Summary
This government solicitation, 36C25726Q0090, issued by the Department of Veterans Affairs, seeks proposals for temporary storage, transportation, assembly, design/layout, and disassembly services for furniture and equipment for the Veterans Health Administration’s North Texas Healthcare System (VANTXHCS). The contract includes a base year and four one-year option periods, with services required at various VA facilities across North Texas. Key requirements include climate-controlled storage for 100,000 square feet of furnishings, an electronic work order management system, and qualified personnel for moving, installation, and relocation tasks. The solicitation outlines specific clauses for subcontractors, insurance, and performance objectives, emphasizing compliance with federal regulations and timely, professional service delivery. Questions are due by February 10, 2026, at 1:00 PM CST.
Questions and Answers.pdf
PDF163 KBFeb 10, 2026
AI Summary
This government file addresses a series of questions related to a Request for Proposal (RFP) for warehouse and logistics services for the VA North Texas Healthcare System. Key requirements include a minimum of 100,000 sqft of storage space within a 45-minute radius of Dallas VAMC, with provisions for shared space, special handling items, and fluctuating inventory volumes. The contractor will be responsible for turnkey installations, assembly, and disassembly of furniture, requiring specific certifications. Workload involves 20-25 trips monthly, with peak periods in Q2 and Q3. Security mandates include standard access control, CCTV, and intrusion alarms, with the contractor liable for product loss. Operating hours are typically Monday-Friday, 8 AM-4 PM, with after-hours and weekend work on an as-needed, coordinated basis. All employees must be direct hires, and subcontractors must own/lease warehouses, vehicles, and employ their own staff. Proof of a warehouse lease and mileage radius is required for technical evaluation. The work order system requires VA approval, and the contractor must provide the property record system for approval.
Questions and Answers - Part 2.pdf
PDF125 KBFeb 10, 2026
AI Summary
The RFQ 36C25726Q0090 document addresses questions regarding a government Request for Quotation, focusing on various aspects of contract performance and requirements. Key points include clarification on pricing schedules for work orders (CLIN 0002) and software user charges (PWS 1.1.4), with the government estimating 8-10 users. Work orders are generally expected to be completed within one working day (PWS 1.1.4). Adjustments to pricing for CLIN 0001 are allowed if storage needs exceed 100,000 sqft (PWS 1.2.1). The contractor is responsible for determining crew sizes for work orders (PWS 1.2.7), and the government will provide background check requirements for Hospital ID badges (PWS 1.2.8). The contractor is also responsible for disposal costs of government items (PWS 1.2.12), though no exact estimate for disposal volume is provided. All storage in the warehouse must be 3-level rack storage (PWS 1.3.14). Repair parts are typically ordered as needed by the designer (PWS 1.8.1). Finally, the document specifies acceptable proof for providing a warehouse of the required size and location, including signed lease agreements, ownership documents, or binding letters of commitment, to demonstrate legal control or guaranteed access for evaluation criteria (Sub-Factor b).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 16, 2026
amendedAmendment #1Feb 5, 2026
amendedLatest AmendmentFeb 10, 2026
deadlineResponse DeadlineFeb 19, 2026
expiryArchive DateMar 6, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)

Point of Contact

Name
Melanie Williams

Place of Performance

Dallas, Texas, UNITED STATES

Official Sources