Direct Procurement Method (DPM) personal property shipments in the state of Hawaii
ID: A018314Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking potential sources for packing, containerization, and local drayage services related to Direct Procurement Method (DPM) personal property shipments in Hawaii, specifically on the island of Oahu, starting around January 1, 2026. The procurement aims to identify contractors capable of performing a variety of tasks, including pre-move surveys, packing, loading, and unpacking of personal property for Department of Defense personnel. This initiative is crucial for ensuring efficient relocation services for military families, reflecting the government's commitment to quality service during transitions. Interested parties must submit their responses to the sources sought notice by May 16, 2025, and can contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil or Christine Ah Yee at christine.l.ahyee.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The NAVSUP Fleet Logistics Center Pearl Harbor is seeking potential sources for packing, containerization, and local drayage services related to domestic and international personal property shipments for Department of Defense (DoD) personnel located in Hawaii, specifically Oahu, starting around January 1, 2026. This announcement is part of a sources sought effort, aiming to assess qualified contractors' interest and capability to perform a variety of tasks including pre-move surveys, packing, loading, inventorying, and unpacking of personal property. The anticipated contract will be structured into three service areas: outbound, inbound, and intra-city/intra-area moves, with a period of performance comprising a base year and four option years, potentially extending an additional six months. Respondents are encouraged to provide feedback on the draft Performance Work Statement (PWS) included in the notice. Importantly, this notice is not a solicitation for offers and does not constitute a commitment to award a contract. Interested parties must submit their responses by May 16, 2025, to the designated email addresses provided in the announcement. This document reflects the government's initiative to gather information and insights to refine its procurement process.
    The Performance Work Statement (PWS) outlines the requirements for packing, containerization, and local drayage of personal property shipments by the NAVSUP Fleet Logistics Center Pearl Harbor Joint Personal Property Shipping Office. This office is tasked with managing personal property traffic for military personnel in Hawaii. The PWS details the contractor's responsibilities, which include conducting pre-move surveys, weighing shipments, and providing various moving and storage services for Department of Defense (DoD) personnel. The document is structured in several parts: the description of services, government-furnished items, general requirements, quality control, and contract administration. Key provisions include criteria for preparation, packing, loading, and securing household goods, ensuring compliance with federal and state regulations. Contractors are held accountable for performance standards, including timeliness and accuracy in documentation, with specified deductions for non-compliance. They must also adhere to regulations regarding marking containers and maintaining proper facilities. This comprehensive guidance emphasizes the necessity for adherence to established procedures to guarantee safe and efficient handling of personal property, reflecting the government's commitment to quality service for military families during relocations.
    The document is a Sources Sought Questionnaire aimed at identifying eligible companies for a government contract related to the packing, transportation, shipping, and storage of goods, specifically regarding used household and office goods moving, classified under NAICS code 484210. Companies are asked to provide information on their eligibility for various socio-economic small business programs, including Small Business (SB), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB). Additionally, they must specify their readiness to begin services post-award, their experience with similar contracts, specifically near military installations, and their capacity for required daily outbound shipping weights. The questionnaire also assesses the company's ability to meet federal standards for facility inspections and risk management for potential challenges in performance, cost, and scheduling. Overall, this document seeks to gather critical information that will aid the government in determining potential contractors and their capabilities for fulfilling the specified logistics services.
    Lifecycle
    Similar Opportunities
    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.
    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 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.
    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.
    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.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    JA Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for a three-month bridge contract related to household goods services at Twentynine Palms, California. This procurement aims to facilitate the transportation, travel, and relocation of household goods, ensuring efficient packing and crating services are provided during this interim period. The contract is crucial for maintaining operational readiness and supporting military personnel and their families during relocations. Interested parties can reach out to Tasha Arestizabal at tasha.arestizabal@usmc.mil or Patrick L. Doyle at patrick.doyle@usmc.mil for further details regarding the opportunity.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    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.
    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).