AFMED Moving Support
ID: FA805224R0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8052 773 ESSSAN ANTONIO, TX, 78236-0119, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for moving support services related to the relocation of personnel and items for the newly established AFMED Command in Falls Church, Virginia. The contractor will be responsible for providing all necessary resources, including personnel, equipment, and materials, to ensure a seamless transition for up to 225 staff members, adhering to high-quality service standards and compliance with applicable regulations. This procurement is critical for facilitating the operational enhancements of the AFMED Command and ensuring minimal disruption during the relocation process. Proposals are due by September 18, 2024, with questions accepted until September 13, and interested vendors must be registered in the System for Award Management (SAM) and include a Wide Area Workflow (WAWF) account in their submissions. For further inquiries, vendors can contact Justin Ashley at justin.ashley.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the relocation of personnel and associated furniture, fixtures, and equipment (FF&E) for the Air Force Medical Command (AFMEDCOM) at the Defense Health Headquarters (DHHQ) in Falls Church, Virginia. The objective is to efficiently move a maximum of 26 personnel within designated office spaces from floors 3NW and 4NW, with operations scheduled between September 23 and 30, 2024, and an overall performance deadline of October 31, 2024. This non-personal services contract requires the contractor to provide all necessary resources and expertise, including transportation, staff, and equipment, while ensuring compliance with safety and security requirements. The contractor must coordinate closely with the AFMEDCOM Planning Team, adhere to government schedules, maintain a high standard of communication, and manage the relocation seamlessly to minimize damage. The SOW also emphasizes thorough planning, management of logistics during moves, and detailed protective measures for property during transitions. Deliverables include a detailed move and relocation schedule, a Certificate of Insurance, and specific packing documents. Overall, the document serves as a structured guide for contracting services aimed at supporting government personnel relocations in a military context, ensuring compliance with federal service standards and operational efficiency.
    The document outlines the Contract Administration Data for a federal contract, specifically detailing the Defense Federal Acquisition Regulation Supplement (DFARS) clauses relevant to payment requests and contract management. Key provisions include the Wide Area Workflow (WAWF) Payment Instructions, defining processes for electronic invoicing and submission, which are essential for efficient vendor payments. Moreover, the document incorporates clauses governing compliance with federal laws regarding the treatment of former DoD officials, whistleblower rights, and cybersecurity requirements. It highlights specific terms for commercial products and services, emphasizing adherence to laws and Executive orders pertaining to business ethics, labor standards, and small business participation. Additional information addresses representation and certification requirements concerning the contractor’s business status, environmental impact, and compliance with socio-economic regulations. The structured guidance supports effective execution of government contracts and aims to ensure transparency and accountability while fostering small business inclusion in federal procurement. Ultimately, it exemplifies government efforts to streamline contract processes and safeguard public interests.
    The solicitation FA805224R0015, issued by the 773 Enterprise Sourcing Squadron at Joint Base San Antonio, seeks proposals for moving support services related to the relocation of personnel and items within the DHHQ building in Falls Church, VA, for the newly established AFMED Command. The contractor will be responsible for all necessary resources, including personnel, equipment, and materials, while ensuring high-quality service and compliance with relevant standards. The relocation will impact a maximum of 225 staff and may involve multiple moves during regular hours. Proposals are due by 18 September 2024, with questions accepted until 13 September. Vendors must be registered in the System for Award Management (SAM) and include a Wide Area Work Flow (WAWF) account in their proposals. The document outlines the proposal submission process, cancellation rights, and the acceptance period, emphasizing the contractor's obligation to provide a complete response while the government holds the right to cancel without reimbursement for costs incurred by vendors. The overall goal is to ensure a smooth relocation in alignment with AFMEDCOM’s operational enhancements.
    The document outlines the CLIN Pricing Schedule for AFMED Moving Support, detailing specific services to be provided under a federal Request for Proposal (RFP). It includes four main line item numbers (CLINs), all categorized as Firm Fixed Price (FFP). The listed items are: 1) Moving Support, 2) Moving Support Supervisor, 3) Shredding Services, and 4) Supplies, each designated with a quantity of one lot. The total proposed price for all CLINs is to be determined and is presented as a unit price alongside the total amount. This pricing structure reflects a streamlined process for procuring moving and logistical services, essential for government operations that may require repositioning personnel or materials. The document serves as a formal official guide in preparing cost proposals from potential vendors in compliance with federal regulations for moving support services.
    The document outlines a pricing schedule for moving support services under the CLIN (Contract Line Item Numbers) system, specifically designed for federal procurement processes. It lists three items for bid: Moving Support, Moving Support Supervisor, and Supplies, each classified as Firm Fixed Price (FFP) contracts with a stated quantity of one lot for each. The total proposed pricing is to be calculated, with the relevant unit price and total amount left blank for bidders to propose. This format is typical of Requests for Proposals (RFPs) where government agencies solicit bids for specific services or products. The structure serves to ensure clarity in pricing and procurement while facilitating systematic proposals from interested contractors or vendors, thus supporting the federal government's operational needs in efficient and standardized frameworks.
    The document appears to be a closed communication concerning the DHA Lean Landet initiative, classified under the OHA Leso Leader's jurisdiction. While specific details are obscured, it suggests internal matters potentially related to government RFPs or grant activities. The mention of "CLOSED" could indicate that the subject has been finalized, perhaps relating to funding or project directives. The numbers enumerated might refer to attached tables, metrics, or reference codes tied to the initiative or its reporting structure. The overall emphasis seems to indicate a controlled process typical in government operations, showcasing confidentiality and procedural regulation in handling proposals or grants.
    The document addresses operational procedures concerning elevator protection and logistics during a government project. Specifically, it confirms that elevator floors and walls must be protected during the project's execution and states that while elevators cannot be blocked, there are six pairs of elevators available at different locations for use. Additionally, the government will provide filing cabinet plans detailing the placement of 29 tall cabinets shortly before the execution begins. This information serves to ensure that the project proceeds efficiently without disruption to elevator access and provides necessary organizational details regarding storage. Overall, the document outlines essential operational guidelines necessary for the smooth execution of tasks within the project framework.
    A site visit is scheduled for 2:00 PM EST on September 16. Security is currently processing visitor passes for attendees who submitted their information. Vendors can expect to receive an email with further instructions once the passes are completed. The document is a notification to vendors regarding the logistical aspects of a forthcoming event, which is likely related to a federal request for proposals (RFP) or grant activities. It emphasizes the importance of preparation and compliance with security protocols, which are standard procedures in government-related gatherings. The emphasis on visitor passes indicates a controlled environment, common in federal or state projects, where access is managed to ensure security and regulatory compliance. This information serves as a critical update for vendors preparing to participate in the site visit.
    The document outlines a Statement of Work (SOW) for the Air Force Medical Command (AFMEDCOM) regarding the provision of Furniture, Fixtures, and Equipment (FF&E) during personnel relocations at the Defense Health Headquarters (DHHQ). This contract requires a contractor to provide comprehensive moving and relocation services for up to 225 staff members due to a reorganization initiative by AFMEDCOM. Services include personnel relocation, protection of existing finishes, and support in planning and logistics. Key details include the moving schedule between September 23 and September 27, 2024, with completion of all tasks by October 31, 2024. The contractor must adhere to strict safety, liability, and performance standards, conducting operations primarily during standard business hours while coordinating with multiple stakeholders. Additionally, the contractor is responsible for providing necessary packing supplies and ensuring secure handling of sensitive documents. Overall, the SOW emphasizes the contractor's role as a partner in facilitating a seamless transition while meeting all compliance and operational requirements. The document serves to ensure that all relocation efforts are executed efficiently, systematically, and with minimal disruption to AFMEDCOM operations.
    Lifecycle
    Title
    Type
    AFMED Moving Support
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    7195--Labor Contract Moving Svcs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Labor Contract Moving Services at the Phoenix Veterans Administration Healthcare System. The objective of this procurement is to facilitate the movement of healthcare furniture across the Phoenix Metro Area, including the main medical center and various community-based outpatient clinics. This service is crucial for maintaining operational efficiency and ensuring compliance with Veterans Administration standards and regulations. The formal solicitation is expected to be issued on or around September 16, 2024, with quotes due by September 27, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can contact Contract Specialist Jessica Brooks at jessica.brooks3@v.agov or 480-466-7940 for further information.
    N071--Moves, Install & Storage Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Moves, Install & Storage Services for the Nebraska Western Iowa Health Care System. The procurement aims to establish a firm fixed-price contract for essential services, including disassembly, assembly, moving furniture, and managing medical equipment installations, with a strong emphasis on timely responses and quality assurance. This opportunity is particularly significant as it is a total small business set-aside, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a total award amount of $34 million over a five-year period starting September 30, 2024. Interested contractors must submit their quotes by 5:00 PM CST on September 22, 2024, and direct any technical questions to Contract Specialist Erica Miller at erica.miller5@va.gov.
    C-130H Disassembly, preparation and transport
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force's Pittsburgh 911th Airlift Wing, is seeking small business vendors to provide services for the disassembly, preparation, and transport of a C-130H aircraft from the Pittsburgh Air Reserve Station to Camp Atterbury, Indiana. Contractors are required to demonstrate five years of relevant experience and must be capable of commencing work by October 15, 2024, ensuring meticulous planning and execution throughout the relocation process. This aircraft is vital for jump training operations, and the contract emphasizes compliance with military and environmental regulations during transport. Quotes must be submitted by September 19, 2024, and interested vendors should contact Paul Davisson at paul.davisson@us.af.mil or 412-474-8124 for further inquiries.
    Packing Crating & Drayage Services at Cannon AFB NM
    Active
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron (SOCONS), is soliciting proposals for Packing, Crating, and Drayage Services at Cannon Air Force Base (AFB) in New Mexico. The contract will cover essential logistical services for the preparation and transportation of personal property for military and civilian personnel, including outbound, inbound, and intra-city relocation services. This procurement is critical for supporting military operations and ensuring compliance with federal standards, with a contract period from November 1, 2024, to October 31, 2027, including one base year and two option years. Interested small businesses must submit their proposals by September 20, 2024, and can contact Ingrid Woolfolk at ingrid.woolfolk@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.
    44 MED Monument Relocation on Fort Liberty
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Liberty, is soliciting bids for the relocation of the 44th Medical Brigade monument currently situated at the 1st TSC Monument and Memorial in Fort Liberty, North Carolina. The project entails the assessment, removal, transportation, and installation of the monument, which features a granite base, to its new location at the 44th Medical Brigade. This initiative underscores the importance of preserving military memorials and enhancing their accessibility within the community. Interested small businesses must submit their quotes by September 23, 2024, with work expected to commence on September 30, 2024. For further inquiries, potential bidders can contact Amanda Foster at amanda.l.foster22.civ@army.mil or Robert Mayer at robert.w.mayer19.mil@army.mil.
    Mobile Medical Trailer, Columbus AFB, MS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a mobile medical trailer to be utilized at Columbus Air Force Base in Mississippi. This procurement aims to provide a Drop Trailer that will enhance healthcare access for medical providers, featuring two treatment rooms, a portable sink, and workspace for physical and mental health services, all while adhering to Joint Commission standards. The mobile trailer is crucial for delivering timely medical interventions in high-risk units, thereby improving mission readiness and operational efficiency. Interested vendors must submit their proposals, including a technical capability statement and price schedule, by 9:00 AM CST on September 20, 2024, and direct inquiries to Lauren E. Rodgers at lauren.rodgers.5@us.af.mil, with a copy to Nina M. Jones at nina.jones.2@us.af.mil.
    Request for Information: MilMove Development and Sustainment
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the MilMove Development and Sustainment contract, which is anticipated to be awarded in 2025. The primary objective of this Request for Information (RFI) is to gather insights on existing software solutions that can enhance the management of household goods, personal vehicle transportation, and storage contracts within an Agile framework. This initiative is crucial for improving the efficiency of military relocations and ensuring compliance with security and operational standards throughout the software development lifecycle. Interested parties should submit their responses by September 27, 2024, and can direct inquiries to Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil or Tian Wylie at tian.v.wylie.mil@mail.mil.
    USAFA Sijan Hall Dormitory Furniture Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking small business contractors for the disposal of excess furniture and equipment from Sijan Hall dormitory storage areas in Colorado. The project involves the removal of approximately 5,000 metal bookshelves, 2,854 lounge chairs, and various other items, with disposal methods including coordination with the Defense Logistics Agency (DLA) and adherence to federal, state, and local disposal regulations. This initiative is crucial for optimizing space and maintaining efficient resource management within the academy. Interested parties should submit their quotes by September 23, 2024, and can contact Andrew Richardson at andrew.richardson.25@us.af.mil or Kristin Heikkila at kristin.heikkila@us.af.mil for further information.