Packing Crating & Drayage Services at Cannon AFB NM
ID: FA485524R0029-Packing-CratingType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Packing and Crating (488991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING (V003)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for packing, containerization, and local drayage of personal property shipments through the Direct Procurement Method (DPM) for the Department of Defense (DoD). It specifies the contractor's scope of work, including pre-move surveys, weighing shipments, packing, inventorying, and unpacking services. Key responsibilities cover logistics for domestic and overseas moves, ensuring compliance with specified standards for packing materials and containers. Time constraints, documentation requirements, and cargo insurance details are also detailed, reflecting the structured process needed to maintain quality service and accountability for government property. The document serves to guide contractors in adhering to federal regulations and quality standards in transportation logistics, exemplifying professionalism in government contracting within DPM. Overall, it underscores the importance of organized execution of services, protective measures for property, and thorough documentation to safeguard against loss or damage, illustrating the government's commitment to efficient resource management during personnel relocations.
    The solicitation FA485524Q0002 outlines the requirements for packing and crating services at Cannon Air Force Base, New Mexico, for household goods (HHG) and unaccompanied baggage. The document details estimated service capabilities required from contractors, specifying daily capacities for outbound and inbound services across designated areas. Contractors must provide a range of services including the pickup, packaging, shipping, and unpacking of goods, as well as addressing overflow and oversized shipments. The contract spans a base year from January 1, 2024, to December 31, 2024, with two optional years and a potential six-month extension. Emphasis is placed on guaranteeing minimum service requirements and using government-approved containers for shipping. Specific pricing tables and unit costs for various services are outlined, emphasizing responsible quoting practices. Overall, the solicitation serves to procure essential logistical services to support military operations effectively, maintaining compliance with federal standards.
    The document outlines the requirements and procedures for submitting invoices and receiving reports under federal contracts, emphasizing the use of the Wide Area Workflow (WAWF) system. It details various types of payment requests, including customary progress payments, performance-based payments, and commercial financing. Fast Pay requests can only be made if specific contract clauses are included. Contractors are instructed to use a provided Routing Data Table to correctly input information into WAWF. Additionally, the document outlines special contract requirements, including the role of the Contracting Officer’s Representative (COR), and references various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to the contracts. These clauses cover topics such as contract conditions, ethical conduct, and subcontracting requirements, along with environmental and safety considerations. The purpose of the document is to ensure compliance with established federal guidelines regarding invoicing and payment for services rendered, thereby promoting accountability and transparency within federal procurement processes.
    The document outlines Wage Determination No. 2015-5457 (Revision No. 24) issued by the U.S. Department of Labor, which establishes minimum wage rates and fringe benefits for contractors under the Service Contract Act, specifically related to contracts in New Mexico, covering multiple counties including Curry, Lea, Quay, Roosevelt, and Union. It mandates that contracts initiated or renewed after January 30, 2022, must adhere to the minimum wage specified in Executive Order 14026, requiring employees to be paid at least $17.20 per hour, or the prevailing wage listed if higher. The document provides detailed wage rates for various occupations, including clerical, automotive, food preparation, and healthcare positions, with many occupations also receiving a specified fringe benefit for health and welfare, vacation, and holiday pay. Furthermore, it emphasizes the requirements for paid sick leave under Executive Order 13706 and details the conformance process for unlisted occupations. The goal of the document is to ensure fair compensation and worker protections under federal contracts, crucial for government RFPs, federal grants, and state/local proposals requiring compliance with established labor standards.
    The document outlines the billing and invoicing instructions for submitting invoices to the Joint Personal Property Shipping Office (JPPSO). It specifies mandatory details that must be included in each invoice, such as the company name, address, contract number, services performed, and various identification numbers, as well as privacy considerations. Invoices can be submitted via mail or electronically, with JPPSO-COS responsible for forwarding them to the appropriate paying offices, which include the Air Force, Army, Navy, Marine Corps, and Coast Guard. Each branch has designated mailing and fax addresses for invoice submission. This document is essential for vendors engaged in providing services to the military, ensuring clarity and compliance in invoicing processes within the federal government framework.
    The Department of the Air Force's 27th Special Operations Contracting Squadron (SOCONS) has issued a combined synopsis/solicitation for packing and crating services (RFP FA485524R0029). This solicitation, effective from August 26, 2024, is set aside for 100% small businesses under NAICS code 488991, which includes a size standard of $34 million. The contract period is from November 1, 2024, to October 31, 2027, comprising one base year and two option years. Services required will cover preparation of personal property for military and civilian personnel involving outbound, inbound, and intra-city relocation services at Cannon AFB, NM. The submission deadline for proposals is September 20, 2024, and potential vendors must submit their quotes via specified emails, ensuring they meet technical acceptance criteria and relevant past performance standards. Given the funding considerations, no awards will be made until funds are available, highlighting the contingent nature of this solicitation. This RFP outlines necessary vendor qualifications and evaluation criteria that prioritize technical capability, past performance, and pricing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Household Goods Packing and Crating Services in Sasebo, Japan (Sole Source Justification - Simplified Procedures for Certain Commercial Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide Household Goods Packing and Crating Services in Sasebo, Japan, through a sole source acquisition. The primary objective of this procurement is to prepare the personal property of Department of Defense personnel for shipment and/or storage, utilizing the Direct Procurement Method (DPM). These services are crucial for ensuring the safe and efficient relocation of military personnel and their belongings. Interested parties can reach out to Ken Sato at ken.sato.jp@us.af.mil or Jacob Love at jacob.love.3@us.af.mil for further details regarding this opportunity.
    Household Goods Packing and Crating Services in Kanagawa
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting offers for Household Goods Packing and Crating Services in Kanagawa, Japan, specifically for Camp Zama and Yokosuka Naval Base. The contractor will be responsible for providing all necessary personnel, equipment, and materials to prepare personal property for shipment, drayage, and storage, adhering to specific requirements outlined in the Performance Work Statement. This contract, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) type, has a minimum guaranteed amount of JPY 100,000 and a maximum value of JPY 450,000,000, with a base year starting April 1, 2026, and options for extension. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by January 9, 2026, with questions directed to Andrew Yi at andrew.yi@us.af.mil by December 16, 2025.
    FY26 Club Concessionaire at Moron AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Club Concessionaire at Morón Air Base, Spain. The selected contractor will be responsible for providing food and beverage services at Club Andaluz, including menu planning, procurement, preparation, and service, while ensuring compliance with safety and cleanliness standards. This opportunity is crucial for maintaining a vibrant social environment for military personnel and their families, with the contract expected to cover a base period from January 17, 2026, to February 16, 2026, and three optional one-month extensions. Interested vendors must submit their quotes by December 23, 2025, and are encouraged to attend a site survey on December 15, 2025, with questions directed to SSgt Ryan Hopkin and SSgt Keif Gardner via email.
    FY26 Appliance Drayage Services
    Dept Of Defense
    The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base, is seeking qualified contractors to provide Appliance Drayage Services in Okinawa, Japan. The procurement involves managing the installation, removal, and replacement of appliances in Military Family Housing and dormitories, with specific service categories ranging from emergency replacements to regular installations and warehouse transfers. This opportunity is crucial for maintaining the living standards of military personnel and their families, ensuring timely and efficient appliance management. Interested contractors must respond to the Request for Information (RFI) by December 23, 2025, at 1630 JST, and submissions should be directed to Takeshi Nakamura and Rose Napolitano via email. All respondents must be registered in SAM and provide relevant company information and past performance details.
    Containers, Packaging and Packing Supplies
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to provide containers, packaging, and packing supplies under a Total Small Business Set-Aside. This procurement aims to establish Blanket Purchase Agreements (BPAs) to facilitate the acquisition of these commercial items, which are essential for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, at 1:00 PM (EST) to Karin Quagliato via email at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321. The BPA will have a master dollar limit of $4,999,999 over five years, with individual calls not exceeding $250,000, and payments will be processed through Government credit cards or Wide Area Workflow (WAWF).
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    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.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.