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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    HHG Moves
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the transportation and relocation of household goods under the project titled "HHG Moves." The procurement aims to facilitate the efficient shipment of household goods, which is essential for military personnel and their families during relocations. This service plays a critical role in ensuring smooth transitions for service members, thereby supporting operational readiness and personnel welfare. Interested contractors can reach out to Tasha Arestizabal at tasha.arestizabal@usmc.mil or by phone at 760-830-5116, or Tiffany L Hurst at tiffany.hurst@usmc.mil or 760-830-1104 for further details regarding the opportunity.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    S&RTS - Ports of Virginia
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.