NAVAIR Moving Support Services
ID: N00421-24-NORFP-7J0000A-0147Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified contractors to provide moving support services at its facilities in Patuxent River, Maryland, including associated locations in St. Mary’s County. The procurement aims to secure comprehensive moving services that encompass crating, moving, storage, and minor carpentry and electrical work, ensuring efficient relocation of personnel, office furniture, and lab equipment. This initiative is critical for maintaining operational effectiveness and compliance within government logistics, with a contract structure anticipated as a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period. Interested parties must submit their responses by October 14, 2024, and can direct inquiries to Joshua H. Rogers at joshua.h.rogers9.civ@us.navy.mil or by phone at 240-309-9290.

    Point(s) of Contact
    Files
    Title
    Posted
    The DRAFT Statement of Work outlines the requirements for moving support services for the Naval Air Systems Command at Patuxent River, including associated facilities in St. Mary’s County. The contractor will provide comprehensive moving services, which encompass minor carpentry and electrical work, ensuring safe relocation of personnel, furniture, and equipment. Key responsibilities include inventory management, crating, and disassembly of items, as well as the proper packing of fragile equipment. The contractor must respond to service requests within six hours and conduct pre-move surveys for valuable items. Additionally, the contractor is responsible for performing repairs and alterations, including drywall work and low-voltage wiring installation. They must promptly settle any claims relating to loss or damage during the project and dispose of non-reusable materials as directed. Emphasizing safety and adherence to specifications, the document details organizational responsibilities while outlining specific services to be rendered under this federal contract, reinforcing the government’s commitment to effective logistics management.
    The document outlines the labor requirements and estimated costs for Moving Support Services across multiple contract option years. It details two categories of labor: Fixed Labor CLIN and Variable Labor CLIN. The Fixed Labor CLIN includes positions such as Program Manager, Project Manager, and Material Handler, with a total estimated labor hours of 7,720 across each contract year. The Variable Labor CLIN encompasses roles like Foreman, Laborer, and Truck Driver, totaling 12,370 estimated hours per year. Overall, the document presents a projected total of 20,090 labor hours annually, contributing to a cumulative total of 100,450 hours over the contract duration. Each labor category is designed to meet the moving support service needs stipulated in related RFPs. The precise details regarding hourly rates and estimated costs are not provided, indicating potential consideration for negotiation or variable pricing. The overarching goal is to document labor expectations for potential contractors in compliance with government requirements for RFP submissions.
    The document outlines a Sources Sought announcement for Moving Support Services related to the potential needs of the U.S. Navy’s NAVAIR offices. Responses are due by October 14, 2024, and companies are asked to provide details about their capabilities to complete specified tasks over a five-year period. Key topics include the ability to handle at least 50% of service requirements, previous contract experiences, management of relevant tasks, and oversight of subcontractors. Additionally, companies must detail their management approach for the anticipated contract's complexity. The document seeks to gauge the capabilities of businesses, particularly in categories outlined by the NAICS code 484210, and encourages responses from a variety of business sizes and types. This initiative indicates the government’s efforts to assess available contractors that can effectively support logistical needs, ensuring readiness and operational efficiency within federal agencies.
    The document outlines a government solicitation for Moving Support Services with a response deadline of October 14, 2024. It includes a response template for potential contractors, requiring detailed company information and capabilities. The solicitation seeks businesses that can demonstrate their ability to handle at least 50% of the tasks outlined in the Statement of Work (SOW) over a five-year period. Key response topics include: 1. Demonstrating the capability to perform tasked services. 2. Previous experiences supporting NAVAIR offices in moving office items and conducting minor construction-related tasks. 3. Management experience in similar contracts. 4. Experience managing subcontractor teams. 5. Proposed management strategies for fulfilling the contract requirements. The document aims to gather information from interested companies to assess their qualifications and abilities for upcoming government contracts focused on relocation and facility maintenance services, reinforcing compliance and operational effectiveness in government operations. This is a typical procedure in federal RFP processes where detailed qualifications help identify suitable candidates for service provision.
    The "Moving Support Services" file outlines a request for proposals (RFP) related to the provision of moving and support services for NAVAIR offices. The document serves as a sources sought response template, due by October 14, 2024, seeking information from companies capable of performing significant tasks outlined in the statement of work (SOW) over a five-year period. Key topics for company responses include the ability to execute at least 50% of the task requirements, past experiences supporting NAVAIR with office relocations, interior renovations, and low voltage wiring, as well as the management of similar projects and subcontractors. Companies must also detail their management approach suited for the complexity of the contract. The purpose of the document is to gauge interest and capabilities among potential suppliers, ensuring that qualified businesses can meet the specifications of the required services while adhering to relevant classifications such as small business status or ownership criteria. This file is integral to the government's broader strategy of engaging reliable contractors for essential operational needs.
    The Naval Air Systems Command (NAVAIR) is seeking competitive bids for moving support services at its facilities in Patuxent River, MD, including services such as crating, moving, storage, and minor carpentry and electrical work. This Sources Sought aims to identify eligible firms prior to a Request for Proposals (RFP) in January 2025, with contract awards expected by March 2025 and an anticipated five-year performance period. The new contract will be a follow-on to the current agreement with Accubuild Construction, Inc. and will be structured as a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price labor categories. Responses are encouraged from businesses of all sizes, particularly those qualifying as Small Businesses (SB), who must emphasize their capacity to manage at least 50% of the work. Interested parties need to provide details regarding their company profile, past experience, and strategies for meeting the requirements specified in the Draft Statement of Work. Submissions are due by October 14, 2024, and must adhere to set guidelines, ensuring clarity and brevity in their responses while safeguarding proprietary information. This process aims to ensure the government finds suitable contractors capable of delivering the required moving support services efficiently.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    V--Transportation, travel and relocation services.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking packing, containerization, and local drayage services for personal property shipments required by CPPSO. This service is typically used for the preparation of personal property of military members and civilian employees for movement or drayage and related services. The performance period for this 100% small business set-aside contract is anticipated to be a 12-month base period beginning on 01 June 2019 and ending on 31 May 2020, with options to extend through 30 November 2024. The place of performance is numerous locations throughout Maryland. The solicitation is expected to be available around 02 April 2019 on the Navy Electronic Commerce Online (NECO) website. All responsible sources may submit a proposal. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact David Crouch at david.w.crouch@navy.mil.
    USNS PATUXENT FY25 ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Regular Overhaul and Drydocking (ROH/DD) of the USNS PATUXENT (T-AO 201) for fiscal year 2025. This procurement aims to ensure the vessel's operational readiness through comprehensive maintenance and repair services, which are critical for sustaining naval logistics and support missions. The contract is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Robert Vance at robert.vance1@navy.mil or 757-443-5707, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details. The solicitation is categorized under the NAICS code 336611, focusing on Ship Building and Repairing.
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 2, Packing, Crating, Storage, and Movement Services. The contract area of performance is in King and Snohomish counties in Washington State. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is October 1, 2018. The RFQ will be issued on or about July 18, 2018, with offers due on or about August 18, 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5. Prospective offerors should download the solicitation from the NECO website and monitor for any amendments. Electronic submission of quotes to NECO is not available at this time. All questions should be submitted via email to the Contract Specialist, Vonda Winter. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or Faxed.
    Z--Special Notice for Base Operations Support (BOS) Services Contract Located at Naval Air Station (NAS) Patuxent (PAX) River, Maryland
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services Contract at Naval Air Station (NAS) Patuxent (PAX) River, Maryland. The contract is for providing support services for the base operations at NAS Patuxent River.
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 3, Packing, Crating, Storage, and Movement Services. The contract area of performance is in Washington State counties: Island, San Juan, Skagit, and Whatcom. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is 01 Oct 2018, with the RFQ issued on or about 18 July 2018 and offers due on or about 18 August 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5.
    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.
    Movement and Maintenance of Government Furniture and Appliances at Naval Air Facility (NAF) Atsugi
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the movement and maintenance of government furniture and appliances at the U.S. Naval Air Facility (NAF) Atsugi, Japan. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the efficient transport, cleaning, and maintenance of government-issued items, adhering to both contract specifications and Japanese laws. This initiative is crucial for maintaining operational efficiency and supporting military personnel and their families by ensuring that government housing is well-equipped and functional. Interested contractors must submit their proposals by October 7, 2024, and can direct inquiries to Kenji Urasaki at kenji.urasaki.jp@us.af.mil or Ken Sato at ken.sato.jp@us.af.mil, with the contract value ranging from JPY 100,000 to JPY 400,000,000 over a five-year period.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of engineering services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    Packing & Crating Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for Packing and Crating Services at Mountain Home Air Force Base (AFB) in Idaho. The procurement aims to secure a contractor capable of providing comprehensive packing, containerization, and local drayage services for personal property shipments under the Direct Procurement Method (DPM), ensuring compliance with federal, state, and local regulations. These services are critical for facilitating smooth relocations for military personnel, emphasizing quality control, timely delivery, and accurate documentation. Interested parties should submit their responses to Carrie Budner at carrie.budner.2@us.af.mil by October 16, 2024, with the potential contract period spanning from December 31, 2024, to December 30, 2026.