Market Survey for District Headquarters Relocation Move Coordinator
ID: W912QR25QRMC0Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey for a Move Coordinator to facilitate the relocation of its District Headquarters in Louisville, Kentucky. The project entails coordinating the physical move of approximately 900 employees from the Romano Mazzoli Federal Building to a new site, which includes furniture removal and equipment donation. This initiative is crucial for ensuring a smooth transition and operational continuity during the relocation process, with the contract expected to last 730 days and a budget estimated between $100,000 and $250,000. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran-Owned, must submit their responses electronically by March 3, 2025, and provide documentation of their small business status, experience with similar projects, and registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is conducting a market survey regarding the relocation of its District Headquarters in Louisville, KY. The project involves coordinating the physical move of approximately 900 employees from the Romano Mazzoli Federal Building to a new site, including furniture removal and equipment donation. The contract duration is projected to span 730 days, with costs estimated between $100,000 to $250,000. The agency invites responses from eligible small businesses, certified HUBZone, 8A, Woman-Owned Small Businesses, and Service-Disabled Veteran-Owned Businesses. Interested firms must provide documentation confirming their small business status, a Unique Entity Identifier, experience details from similar projects, and the percentage of work they will self-perform. Contractors must also be registered in the System for Award Management (SAM) prior to award. This survey aims to gauge interest and assist in future acquisition decisions, although it does not constitute a formal Request for Proposal. Responses are due by March 3, 2025, and must be submitted electronically.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Market Survey for District Headquarters Relocation Security
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is conducting a market survey to identify small businesses interested in providing security operations for the relocation of the District Headquarters in Louisville, Kentucky. The project entails unarmed on-site security and access control during business hours, with an estimated budget ranging from $1 million to $5 million over a five-year period. This procurement is crucial for ensuring the safety and security of the new headquarters, and small businesses, particularly those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, are strongly encouraged to respond by March 3, 2025. Interested firms must verify their small business status, provide their Unique Entity Identifier (UEI) and Cage Code, and demonstrate relevant past experience in similar security operations, while adhering to FAR guidelines for contract performance. For further inquiries, interested parties can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    Moving Services for the USCG Finance Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Finance Center, is seeking a qualified moving company to facilitate the relocation of 470 employees to new office spaces in Chesapeake, Virginia. The project encompasses several phases, including pre-move planning, provision of packing materials, moving operations, and post-move cleanup, with the move scheduled for March 21-23, 2024. This procurement is critical for ensuring a smooth transition while minimizing disruptions to the Finance Center's operations, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested contractors must submit proposals that adhere to specific guidelines, including a narrative format and detailed cost estimates, with a focus on compliance with OSHA regulations and security measures. For further inquiries, potential bidders can contact Danielle Farmer at Danielle.C.Farmer@uscg.mil or Jennifer Billips at Jennifer.K.Billips@uscg.mil.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal, site grading, and adherence to safety and environmental regulations, with an estimated construction cost ranging from $100,000 to $250,000. This opportunity is exclusively set aside for small businesses under NAICS code 238910, and the contract will be awarded to the lowest bidder, requiring performance and payment bonds. Interested contractors must submit their quotes by March 7, 2025, and are encouraged to conduct a site visit prior to bidding. For further inquiries, contact Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Furniture Moving
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Furniture Moving Services at Fort Drum, NY. The services include moving, installing, and assembling miscellaneous real property assets/furniture. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. For more information, contact Michael E. Quirk at michael.e.quirk.civ@mail.mil.
    Veterans Affairs (VA) Financial Services Center(FSC) Relocation Services Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive relocation services for VA employees undergoing Permanent Change of Station (PCS) entitlements. The contract will encompass a range of services including home marketing assistance, home sale management, property management for overseas relocations, pre-decisional counseling, and destination area support, all aimed at enhancing the operational efficiency of the VA in facilitating employee relocations. This initiative is critical for ensuring a smooth transition for employees while adhering to federal regulations and logistical requirements. Interested organizations should submit a capabilities statement and cover sheet detailing their qualifications to Brandi Luna at brandi.luna@va.gov or Justin Cole at Justin.Cole4@va.gov by the specified deadlines, as the contract is expected to span five years with a base period and four option years.
    Zemmer Relocation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the relocation of assets from the Zemmer warehouse to Spangdahlem Air Base in Germany. The project involves moving approximately 3,500 cubic meters of various materials, including office furniture and equipment, with specific tasks such as disassembling and re-installing a mobile shelving unit and a walk-in refrigeration unit. This relocation is critical for maintaining operational efficiency at the air base, and contractors must provide all necessary personnel and equipment, including a non-diesel-powered forklift. Interested bidders must attend a mandatory site visit and submit their quotes by March 5, 2025, with the work scheduled to commence on March 17, 2025. For further inquiries, contractors can contact SSgt Damon Survine at damon.survine@us.af.mil or A1C Brandon Sanfilippo at brandon.sanfilippo@us.af.mil.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, set aside for small businesses under NAICS code 561720, aims to provide comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a total award amount of up to $22 million. This initiative is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must submit their quotes electronically by February 25, 2025, and can contact Marcie Billotto at marcie.billotto@usace.army.mil or 502-315-6213 for further information.
    Market Survey - Leased Temporary Facility Area B
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is conducting a market survey for a leased temporary facility area at Wright Patterson Air Force Base in Ohio. The objective is to identify potential sources capable of providing commercial and institutional building construction services, as outlined under NAICS code 236220 and PSC code Y1JZ. This procurement is crucial for ensuring the availability of necessary facilities to support military operations and activities at the base. Interested parties are encouraged to reach out to Stephanie Drees at stephanie.n.drees@usace.army.mil or call 502-315-3270 for further information regarding this opportunity.
    Redeployment MHE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the provision of Material Handling Equipment (MHE) to support unit redeployment at Fort Cavazos, Texas, from April 21 to May 15, 2025. The procurement will encompass a range of services, including the supply of equipment, personnel, and transportation for loading military equipment, both containerized and non-containerized, weighing up to 100 tons. This contract is crucial for ensuring efficient logistics during military operations and is designated as a 100% small business set-aside, with a firm-fixed-price contract type. Interested vendors should note that the solicitation number W91151-25-Q-0023 is expected to be released around February 24, 2025, and can direct inquiries to SSG Ben Shepherd at benjamin.p.shepherd2.mil@army.mil or SFC Dale Patterson at dale.v.patterson.mil@army.mil.