RELOCATION SERVICES (VA to MS)
ID: N0018925Q0242Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

General Freight Trucking, Long-Distance, Truckload (484121)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking qualified contractors to provide relocation services for Underwater Construction Team ONE (UCT-1) equipment from Virginia Beach, VA to Gulfport, MS. The contract will encompass disassembly, packing, transportation, and reassembly of various storage racks, lockers, and shelves, with work to be conducted during regular government hours and adhering to security protocols. This procurement is crucial for ensuring the safe and efficient relocation of essential equipment, with the project expected to commence in mid-May 2025 and conclude by late August 2025. Interested contractors, particularly small businesses, should submit their proposals by April 29, 2025, and may contact Sherell Brown at sherell.g.brown.civ@us.navy.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 6:09 PM UTC
The document refers to NOAA Nautical Chart 11372, which outlines the Intracoastal Waterway around the Gulf of Mexico, specifically at Lat 30-18 North. It provides navigation guidelines and cautionary information for vessels operating in the area, emphasizing the importance of having an updated navigational chart. Compliance with federal regulations regarding navigational safety is also highlighted.
Apr 23, 2025, 6:09 PM UTC
The Contract Discrepancy Report (CDR) is a formal document used for reporting issues related to contractor performance on government contracts. It begins with relevant contract information and details the specific discrepancy observed, including the time of observation and a detailed description of the problem. If necessary, it requires the contractor to submit a written corrective action plan to address the issue, which must be provided within a specified timeframe after receipt of the report. The CDR process can be initiated by the Contracting Officer’s Representative (COR) whenever performance standards are not met, indicating critical unacceptable performance, or when negative trends in performance are identified. This report serves as a tool for accountability and monitoring, ensuring that contractors adhere to the standards set forth in government RFPs, grants, and contracts. Overall, the CDR is essential for maintaining quality and compliance in federal and state contract performance.
Apr 23, 2025, 6:09 PM UTC
The document outlines a Request for Proposal (RFP) for contractor services related to the relocation of Underwater Construction Team ONE (UCT-1) storage equipment from Virginia Beach, VA to Gulfport, MS. The RFP specifies that contractors must provide qualified personnel and all necessary materials and equipment for the relocation, which includes disassembly, packing, transportation, and reassembly of various storage racks, lockers, and shelves. Key operational details include conducting work during regular government hours, ensuring proper waste disposal, and adhering to security protocols while on government property. The scope excludes utility disconnections and disposal of items. Contractors must possess relevant certifications and provide experienced personnel, with a project manager overseeing the relocation process. The timeline stipulates that the move should begin by mid-May 2025 and be completed by late August 2025. The document emphasizes compliance with quality assurance measures, payment terms, and the necessity of inspections by government representatives. Overall, the RFP aligns with federal guidelines for acquiring reliable moving services while ensuring the safeguarding of equipment and adherence to security standards during the relocation process.
Apr 23, 2025, 6:09 PM UTC
The document amends solicitation N0018925Q0242, primarily to clarify responses to questions from potential contractors and to extend the deadline for submissions. The closing date for offers has been shifted from April 25, 2025, to April 29, 2025, at 10:00 AM. Key clarifications include that only rack systems need to be relocated, no permits are required, and anchoring at the destination is necessary. Furthermore, there is no general contractor scope for electrical or plumbing work, and flexibility is available regarding access for deliveries. Blueprint availability and contract discrepancy report requirements have also been addressed. This document ensures that all interested parties have the most current information to prepare their proposals effectively, maintaining the integrity and competitiveness of the solicitation process.
Apr 23, 2025, 6:09 PM UTC
The PAST PERFORMANCE INFORMATION FORM is designed to collect comprehensive data on an offeror's previous contract performance, critical for assessing qualifications in government RFPs. It requires details such as the offeror's name, contract identifiers, customer information, and points of contact. The form mandates an outline of the financial aspects, including total contract value and breakdowns into annual increments, alongside the period of performance and staffing averages. A detailed description of work performed must establish the relevance to the current solicitation, emphasizing scope, magnitude, and the use of subcontractors, including their contributions and contract values. This structured format ensures thorough vetting of potential contractors based on their past experiences and capabilities, facilitating informed decisions in the procurement process by federal and state agencies. The summary of past performance is thus pivotal in evaluating responsiveness and reliability in fulfilling future contracts.
Apr 23, 2025, 6:09 PM UTC
The Past Performance Report Form is a critical document required by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk to evaluate contractors' past performance as part of the solicitation process for contract N0018925Q0242. The form seeks input on a contractor's ability to meet contract requirements, deliver on time, respond to customer concerns, control costs, and manage problems effectively. It includes structured sections to assess quality of work, timeliness of delivery, contractor responsiveness, and additional observations. Responders are asked to rate customer satisfaction, report instances of rework, evaluate the contractor's problem-solving capabilities, and provide insights on changes to contract values. They are also encouraged to share their overall impressions of the contractor's strengths and weaknesses, and whether they would recommend them for future work. This form serves as an essential tool for the government to mitigate risks associated with awarding contracts, ensuring that contractors are chosen based on their proven track record in similar efforts. It emphasizes the importance of careful evaluation of past performance in public procurement processes to enhance the likelihood of success in future projects.
Apr 23, 2025, 6:09 PM UTC
Apr 23, 2025, 6:09 PM UTC
The document provides detailed fire evacuation plans for multiple buildings, including Building 3811, Building 3810, Building 3858, and Building 3875, each outlining primary and secondary evacuation routes as well as locations of fire extinguishers. It also includes descriptions and dimensions of various spaces within these buildings, such as classrooms, storage areas, and recreational facilities. Emergency contact information is listed, reiterating the importance of safety protocols in these structures.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
V--Transportation, travel and relocation services.
Buyer not available
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.
USS Truman Homecoming Event
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals from qualified small businesses for the rental of event equipment and services for the USS Harry S. Truman (CVN 75) Homecoming event scheduled for May 20, 2025, at Naval Station Norfolk. The contractor will be responsible for supplying, delivering, setting up, and removing various event equipment, including tents, generators, portable PA systems, toilets, hand wash stations, chairs, bleachers, barricades, and fans, with delivery set for May 16 and setup completion by 6 PM that same day. This procurement is critical for ensuring a successful military event, emphasizing compliance with safety regulations and effective coordination with a designated point of contact. Interested parties must submit their quotes to Stuart Davis at stuart.b.davis.civ@us.navy.mil by 12:00 PM EST on April 29, 2025, as oral communications will not be accepted.
Administrative and Logistical Support Services
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is soliciting proposals for Administrative and Logistical Support Services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi, along with additional locations in Fort Leonard Wood, Missouri, and Sheppard Air Force Base, Texas. The contract seeks to provide a range of services including student liaison support, mailroom operations, safety and occupational health support, information technology assistance, and general administrative services to enhance the training capabilities of the Seabees. This procurement is crucial for maintaining operational efficiency and supporting year-round training activities at NCTC, which is the primary training facility for the Seabees. Interested contractors must submit their proposals by May 9, 2025, to the designated government officer, Vincent B. Jones, and are encouraged to demonstrate relevant experience and familiarity with Navy procedures. For further inquiries, potential bidders can contact Robert S. Edwards or Ken Parker via the provided email addresses.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.
TUGCON Voyage Charter
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a U.S. flag, ocean-going certified tug for a voyage charter to support an open-ocean tow mission. The contract requires the tug to tow the berthing barge YRBM 58 in accordance with the U.S. Navy Tow Manual, with the voyage commencing from Naval Base San Diego, CA, to Naval Base Guam, with specific laydays set between June 16 and June 22, 2025. This procurement is crucial for ensuring the safe and efficient transportation of naval assets, reflecting the Navy's operational readiness and logistical capabilities. Interested small businesses must respond to the presolicitation notice by April 30, 2025, and can direct inquiries to Matthew Price at matthew.r.price40.civ@us.navy.mil or by phone at 757-341-3348.
MHE and SMSE Maintenance Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
Material Handling Equipment Maintenance
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide maintenance and repair services for Material Handling Equipment (MHE), including forklifts and pallet jacks. The procurement includes a base year and one option year, focusing on annual preventative maintenance, necessary repairs, and compliance with Original Equipment Manufacturer (OEM) guidelines, with a strong emphasis on safety and regulatory adherence. This contract is crucial for ensuring the operational efficiency and safety of equipment used in government operations, reflecting the importance of maintaining high standards in equipment management. Interested contractors must submit their proposals by May 2, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525 for further details.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
Hurricane Towing, Docking, and Storage
Buyer not available
The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract for Hurricane Towing, Docking, and Storage services to Fairlead Boatworks, Inc. This procurement is aimed at fulfilling specific transportation needs related to vessel towing, as outlined under PSC code V125, and is critical for maintaining operational readiness in maritime environments. Interested parties are invited to challenge this sole source designation by providing sufficient information to demonstrate the availability of equivalent services, with all inquiries directed to Bridget Crouch at bridget.m.crouch.civ@us.navy.mil or by phone at 757-443-1383. This notice serves as a Special Notice and is not a request for proposals or quotations.
Tanker Voyage Charter
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Texas City, TX, to Killingholme, United Kingdom. The procurement requires a clean, approved U.S. or foreign flag, double-hull tanker equipped with an Inert Gas System (IGS) or equivalent, capable of carrying a minimum of 32,000 barrels of clean product in designated cargo tanks. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on May 20, 2025, and concluding on June 3, 2025. Interested parties should direct inquiries to David Anaya at 564-226-8419 or via email at david.c.anaya.civ@us.navy.mil, with proposals due by April 29, 2025.