Department of Veterans Affairs Office of Administration Office Moves
ID: 36C10X25Q0037Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

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

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking contractor support for office relocation and moving services at the Veterans Affairs Central Office (VACO) campus in Washington, D.C. The procurement involves comprehensive logistics support, including the disassembly and assembly of furniture, handling of IT equipment, and transportation of materials, with a focus on ensuring compliance with VA security protocols. This initiative is critical for the realignment of the VA's organizational footprint and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541614. Interested contractors must submit their proposals by February 3, 2025, and can direct inquiries to James Heffner at james.heffner@va.gov or Todd Synder at Todd.synder@va.gov.

    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the Department of Veterans Affairs for logistical support services related to office moves within the Veterans Affairs Central Office (VACO) campus. It outlines the scope of work, which includes relocation services such as disassembly and assembly of furniture, IT equipment management, and overall logistical coordination. Key aspects include: - The contract type is Indefinite Delivery Indefinite Quantity (IDIQ), with Firm Fixed Pricing for services. - The anticipated period of performance is one base year with four optional years, focusing on moving services in the Washington, D.C. area. - Services are restricted to verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 541614 with a size standard of $20 million. Performance requirements emphasize detailed inventory management, proper handling of IT equipment, and thorough documentation. Full cooperation with government personnel and adherence to strict security measures are mandated to protect sensitive information and ensure successful execution of moves. The contractor’s responsibilities are comprehensive, requiring skilled personnel, appropriate equipment, and a proactive approach to planning and execution. Overall, this RFQ illustrates the VA's commitment to efficient logistical operations while supporting small businesses within the veteran community.
    This document is an amendment to Solicitation Number 36C10X25Q0037 issued by the Department of Veterans Affairs for office relocation and moving services at the Veterans Affairs Central Office (VACO) campus. It outlines the requirements for contractors to provide comprehensive logistics support, including disassembly and assembly of furniture, IT equipment handling, and transportation of materials. The amendment addresses several updates: it extends the proposal due date from January 29, 2025, to February 3, 2025; clarifies the NAICS code; and revises the price/cost schedule. The services will follow an Indefinite Delivery Indefinite Quantity (IDIQ) contract model, with a focus on firm fixed prices. The period of performance spans one base year with four optional years. Key elements of the contract include the responsibility of the contractor for maintaining inventory accuracy, ensuring the safety of moved items, and complying with VA’s security protocols. There are specific requirements for key personnel, including supervisors and IT technicians, to ensure effective execution of moving operations, highlighting the importance of proper training and compliance. The overall purpose is to secure efficient and safe relocation services to support the VA's organizational needs while adhering to federal guidelines.
    The document outlines Amendment 0002 of solicitation 36C10X25Q0037 issued by the Department of Veterans Affairs for relocation and moving services at the Veterans Affairs Central Office campus. It details updates following follow-up questions, modifications to the Price/Cost Schedule, and specifies a range of logistical tasks, including disassembly, assembly of office furniture, and the handling of IT equipment. The contract type will be a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ), with a firm fixed price for each order. The contractor is expected to perform various tasks while submitting a Certificate of Insurance and maintain compliance with VA security requirements. Key personnel, including a Site Supervisor, IT Technician, and Electrician, must meet specific qualifications to ensure the successful completion of the relocation operations. The amendment strengthens logistical and operational guidelines, enhancing project management and performance expectations. Overall, the document facilitates effective and secure management of office relocations, reinforcing the VA's commitment to streamlined operations and personnel security.
    This document contains clarifications and responses related to a government Request for Proposal (RFP) involving office relocations and logistics for the Department of Veterans Affairs (VA). Key topics addressed include the frequency of travel required, the nature of employee packing, and expectations for operational equipment reconnectivity post-move. The VA confirmed that all buildings will have elevator access, and employees will pack personal items, necessitating contractor responsibility for office equipment. The contractor must ensure fragile items are properly packed, and the government retains the right to verify successful equipment reconnection to network systems post-move. Certification, specifically for insurance, is mandatory to cover potential losses during the move. The VA's normal operational hours are from 8:00 AM to 4:30 PM, with contractors expected to execute moves after these hours. Amendments were issued to rectify logistical issues in the provided documentation and clarify codes and expected workforce management. This summary underscores the government’s operational requirements and expectations for the contractor to ensure a seamless move while adhering to regulatory and procedural standards.
    The document addresses a concern regarding a federal RFP related to the disassembly of office furniture and workstations, identifying the need for an installer position. A question was raised as there was no Contract Line Item Number (CLIN) for an installer included in the pricing spreadsheet. The inquiry specifically requests clarification on whether the government will introduce a CLIN for this role. In response, the Veterans Affairs (VA) confirmed the inquiry would be addressed in Amendment 0002 of the RFP. The document illustrates the procedural communication between contractors and the government in the context of federal contracting, ensuring that necessary labor positions are officially recognized and compensated within the contract framework.
    The document outlines the Wage Determination No. 2015-4281 issued by the U.S. Department of Labor under the Service Contract Act (SCA). It specifies minimum wage rates for various occupations within federal contracts across the District of Columbia and parts of Maryland and Virginia. For contracts beginning or renewing after January 30, 2022, the minimum wage is set at $17.20 per hour under Executive Order 14026, which is to be adjusted annually. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90 per hour under Executive Order 13658, unless higher rates apply. Additionally, the document provides detailed rates for numerous occupations, fringe benefits, and conformity processes for any unlisted job classifications. The SCA mandates benefits such as health and welfare, vacation, holidays, and paid sick leave under Executive Order 13706. It emphasizes the obligations of contractors to provide employees with appropriate compensation and benefits while ensuring compliance with federal standards. This determination is vital for contractors and organizations involved in federal procurement, ensuring fair wages and protections for workers in various sectors.
    This document outlines the requirements for submitting past performance references as part of a government Request for Proposal (RFP) process. It provides a structured template for offerors to detail their relevant work history by listing three past performance references, including vital information such as the company name, relationship to the offeror, work performed, contracting organization, contract details, performance metrics, and points of contact. Each reference must include a description of the work relevant to the solicitation, as well as an account of any performance issues encountered, corrective actions taken, and the outcomes of those actions. Additionally, the document requests completion confirmation of the Contractor Performance Assessment Reporting System (CPARS) or the Past Performance Information Retrieval System (PPIRS). The aim is to assess the offeror's experience and reliability in fulfilling contracts, ensuring their capability aligns with the solicitation's requirements. This information is crucial for government agencies in evaluating proposals and making informed decisions on contract awards.
    The Past Performance Questionnaire (PPQ) is designed for the Department of Veterans Affairs to evaluate a contractor's past performance prior to awarding a competitive service contract. The document serves as a reference form for agencies to assess the contractor's previous work based on specific criteria such as overall quality, delivery performance, service effectiveness, problem resolution, and the quality of personnel. The questionnaire includes a rating system from 1 (below standards) to 5 (exceeds standards) alongside open-ended questions regarding past performance issues, contract terminations, and the potential for future contracting opportunities. It emphasizes the importance of collecting comprehensive feedback about the contractor to inform decision-making for future contracts, reflecting the necessity of thorough background checks in government procurement processes. The PPQ seeks detailed insights into the contractor's strengths and weaknesses through evaluative comments, supporting robust evaluations for competitive bids.
    The document outlines a Price Schedule for an offeror providing services related to pre-planning meetings, office relocations, and materials supply. It is divided into multiple periods: a base period and four option periods, where each section specifies labor categories, estimated hours, and unit prices. Notably, labor categories include Site Supervisors, IT Technicians, Electricians, Movers, and transportation services (Lift Gate Truck and Tractor Trailer Truck with drivers). Additionally, the material section details various packing supplies like cartons, bags, tape, wrap, and pads, listing quantities per unit. Each entry currently has a placeholder unit price of $0.00, indicating the need for offerors to fill in their proposed pricing. The purpose of the document aligns with governmental requests for proposals (RFPs), aiming to attract contractors for logistical services while ensuring compliance with pertinent standards in the context of federal and state funding. This structured approach allows for the assessment of bids based on both labor and material costs within a defined scope of work associated with relocations and materials management.
    This document outlines a Price Schedule for a Request for Proposals (RFP) concerning a project involving office relocation and related services. It specifies various tasks and materials required, divided into base and option periods. The schedule includes detailed item descriptions along with unit types such as hours (HR), each (EA), and bags (BG) for different labor categories and materials necessary for the relocation process. The base period consists of initial services such as pre-planning meetings and office relocation work, including roles for a site supervisor and IT technician, and a breakdown of required materials like cartons, duct tape, and packing supplies. In addition, four subsequent option periods reiterate the same structure for potential future service requirements, suggesting continuity of the project. The purpose of this document is to guide offerors in submitting competitive bids for the project based on clear pricing for defined services and materials, integral to efficient planning and execution in alignment with federal and state procurement processes.
    The document outlines a Price Schedule for offerors to provide unit pricing for various services and materials related to an office relocation project. The schedule is divided into multiple periods, each detailing tasks such as pre-planning meetings, site supervision, and equipment rentals, with specific item numbers for organization. Key services include site supervisors, IT technicians, electricians, and various moving-related positions, scheduled across base and option periods. Additionally, the materials section lists an array of packing supplies, including plastic cartons, bubble wrap, and various tapes. The structure facilitates a systematic approach for bidders to fill in unit prices, thereby establishing a transparent framework for cost evaluation during the proposal process. This document plays a crucial role in the government contracting sphere, serving as a basis for bid submissions and ensuring accountability in the procurement process of necessary relocation services and materials. Overall, it exemplifies the federal government's systematic approach to obtaining competitive pricing and maintaining organized project parameters in compliance with established procurement guidelines.
    Lifecycle
    Similar Opportunities
    P100--Atlanta Office Furniture Removal and Disposal - Decommissioning
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for the removal and disposal of office furniture as part of the decommissioning project at the VHA Health Eligibility Center in Atlanta, Georgia. This project, designated under solicitation number 36C25926Q0118, involves the removal of various office furnishings from an 86,750 square foot, five-floor facility, along with cleaning the vacated areas and ensuring proper disposal of all items. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is critical for facilitating the transition of the facility, which houses multiple departments and services. Interested vendors must attend a site visit on December 16, 2025, at 11 AM EST, and submit their quotes, including technical capability and compliance documentation, by December 19, 2025, at 12:00 PM MST to Contract Specialist Stephanie Cahill at stephanie.cahill@va.gov.
    Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Columbia Community Based Outpatient Clinic (CBOC) in Maury County, TN. The project aims to enhance healthcare services for Veterans by establishing a 45,862-square-foot facility that will offer primary, specialty, and mental health care. The scope of work includes comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, acquisition support, and post-occupancy services, with the contract expected to be firm-fixed-price and span approximately 35 months. Interested parties should note that the solicitation, numbered 36C77626Q0045, is anticipated to be posted around December 10, 2025, with a closing date of January 22, 2026; inquiries can be directed to John Conschafsky at john.conschafsky@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov.
    R408--Acquisition Support Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    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.
    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.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    Q702--Allentown Outpatient Clinic IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic in Pennsylvania. This project, which is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to replace existing clinics and enhance healthcare access for Veterans by providing a facility that will span approximately 51,355 net usable square feet and include 600 parking spaces, offering expanded Primary Care, Mental Health, and specialty services. The firm-fixed-price contract is expected to have a performance period of 37 months, with the solicitation anticipated to be posted around February 19, 2026, and a closing date of March 16, 2026. Eligible SDVOSBs must be verified by the VA and meet the size standards for NAICS code 541614, with inquiries directed to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Q702--El Paso Health Care Center IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.