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.