BPA-Furniture and appliances removing and reinstalling
ID: PANMCC24P0000006132Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT LIBERTYFORT LIBERTY, NC, 28310-0000, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Liberty, North Carolina, is seeking to establish Master Blanket Purchase Agreements (BPAs) for the removal, moving, and packing of barracks and office furniture. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 484210, which pertains to Used Household and Office Goods Moving. The selected contractors will be responsible for providing essential relocation services to support the welfare and morale of redeploying soldiers, with a focus on quality, timeliness, and compliance with federal regulations. Interested vendors must submit their capability statements and other required documentation by 10:00 AM EST on September 11, 2024, to the designated contracting officers, with no guaranteed minimum or maximum order limits under the BPA.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation PANMCC-24-P-0000 006132 outlines key modifications to the original RFP, including a new point of contact for submissions and responses to contractor inquiries. The closing date remains unchanged. The addition of government personnel for submission includes contracting officer MSG Mary Matthews and specialists Jarvis Johnson and MAJ Andrew Epps. The amendment also addresses insurance requirements for contractors, indicating that proof of insurance must be submitted before commencing work, including specific coverage amounts for workers' compensation, general liability, and automobile liability. Notably, there is no incumbent, as this is a new Blanket Purchase Agreement (BPA). Required submission documents include a capability statement, prior experience, prime/subcontracting information, and NAICS verification. The document emphasizes the need for vendors to demonstrate readiness to meet insurance obligations and provides a reference for clause 52.219-14 regarding subcontracting limitations. Overall, this amendment facilitates contractor understanding of requirements and clarifies expectations for compliance and documentation necessary for the bidding process.
    This document outlines the terms and conditions for a Blanket Purchase Agreement (BPA) aimed at providing Unaccompanied Personnel Housing (UPH) furnishings and relocation services. The BPA, valid for five years through purchases up to $5,331,235, is open for multiple contractors who will supply necessary labor, materials, and services defined in the Performance Work Statement (PWS). The document emphasizes that the government is obligated only for actual purchases made under the BPA. Contractors will be assessed annually for their performance and participation, with a potential for new contractors to be added through specified On-Ramp periods. Key timelines include the main ordering period from September 25, 2024, to September 24, 2029, and specific deadlines for offers and questions from potential contractors. Additionally, it details procedures for issuing orders, delivery tickets, invoicing, and competition among BPA holders. The government's intent is to streamline procurement while ensuring fair opportunity to various contractors, adhering to established federal acquisition regulations.
    The document outlines various clauses and provisions incorporated by reference in federal contracts. It references the FAR (Federal Acquisition Regulation) clauses that provide specific regulations and requirements for contractors, such as definitions, provisions regarding gratuities, contractor employee whistleblower rights, and limitations on payments related to influencing federal transactions. Key clauses include requirements related to the System for Award Management, small business representations, and compliance with labor laws. Crucially, it addresses restrictions on contracting with entities engaged in specific activities, such as those connected to Iran or those using certain telecommunications equipment linked to national security risks. Moreover, it emphasizes the importance of maintaining transparency in subcontractor relationships and fulfilling oversight responsibilities. The purpose of these clauses is to ensure that all parties involved in federal contracting adhere to consistent standards, promote accountability, and protect the interests of the government. This document serves as a vital resource for offerors seeking to understand compliance requirements when responding to Requests for Proposals (RFPs) or grants at federal, state, and local levels, reflecting government efforts to foster ethical and responsible contractual practices.
    This document outlines the requirements for the Service-Disabled Veteran-Owned Small Business (SDVOSB) Program, applicable to federal contracting. Effective from January 1, 2024, it mandates that federal contracts designated for SDVOSB concerns must receive bids solely from entities certified by the Small Business Administration (SBA) or those with pending applications completed by December 31, 2023. The document provides detailed definitions of a service-disabled veteran and general requirements for SDVOSB eligibility, including ownership and management criteria. It also explains that joint ventures may qualify as SDVOSB concerns if they meet specific guidelines. Additionally, various clauses incorporated by reference relate to contract administration, anti-human trafficking measures, and compliance with laws regarding specific telecommunications and procurement regulations. The overarching goal is to ensure that government procurement processes support the engagement of service-disabled veteran entrepreneurs, enhancing their access to federal contracting opportunities while also safeguarding government interests through compliance with legal and ethical standards.
    The Mission and Installation Contracting Command - Ft Liberty (MICC-FL) is seeking to establish Master Blanket Purchase Agreements (BPAs) for the relocation and packing of furniture at Ft. Liberty, NC. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring firms to be registered with the U.S. Small Business Administration (SBA). The relevant NAICS code is 484210 (Used Household and Office Furniture Moving). The BPA will be structured as a Firm Fixed Price agreement, where funds are obligable only through BPA Calls issued after RFQs. Interested vendors must submit a capability statement, prior experience information, and confirm interest in prime contracting, while also providing sufficient insurance coverage. Vendor submissions will be evaluated based on their benefit to the government, with an emphasis on efficient move facilitation. The initial submission deadlines for proposals are set for September 11, 2024. This BPA aims to streamline furniture relocation services while emphasizing support for disabled veteran businesses.
    This document outlines the terms and conditions for a non-personal services contract focused on providing Unaccompanied Personnel Housing (UPH) furniture and furnishings, as well as the relocation of office furniture. The government anticipates awarding multiple Blanket Purchase Agreements (BPAs) that will last for five years or until a specified purchase limit is reached. The overall estimated contract value is approximately $5.3 million over the five-year period. The BPA holders will be selected through a competitive process, with annual evaluations to determine participation and performance. Inquiries about the contract and future opportunities (on-ramps) are detailed with specific submission deadlines. Orders will be issued based on established thresholds, with procedures for invoices and payments specified. Authorized individuals from government contracting offices are responsible for initiating orders. The document emphasizes procurement and operational guidelines, including the submission of offers, call order protocols, invoicing procedures, and the necessity for compliance with established federal acquisition regulations. These arrangements ensure a structured process for obtaining essential services related to personnel housing and office furniture, reflecting a commitment to efficient resource management within the government.
    The document outlines a series of federal clauses incorporated by reference in government contracts, emphasizing their legal significance as if included in full text. These clauses encompass definitions, regulations regarding gratuities, contractor responsibilities, and whistleblower protections. Key points include requirements related to the Unique Entity Identifier, System for Award Management (SAM), prohibitions against certain contracts involving specific foreign entities, compliance with anti-trafficking laws, and representations concerning corporate responsibility and tax liabilities. The document serves to inform contractors of their obligations and rights under these federal regulations, contributing to transparency and compliance within government procurement. This structure is vital for ensuring the integrity of federal contracting processes, reinforcing anti-corruption measures, and outlining responsibilities for various stakeholders in government contracts.
    The Performance Work Statement (PWS) outlines a Blanket Purchase Agreement (BPA) for Unaccompanied Personnel Housing (UPH) Furniture Services at Fort Liberty, NC, starting June 2024. The contractor is responsible for the removal, inspection, and installation of approximately 30,000 furniture items annually, essential for the welfare of redeploying soldiers. The document emphasizes non-personal service delivery and compliance with federal, state, and local laws. Key objectives include relocating various furnishings, ensuring all are properly assembled, cleaned, and returned to specific layouts. The contractor must maintain high-quality standards, manage subcontractors effectively, and ensure functional and aesthetic compliance. A systematic quality control plan is required, along with reporting on performance metrics. Additional requirements include compliance with environmental standards, safety regulations, and security protocols. The contract will last from July 1, 2024, to June 30, 2029, with specified hours and services not required during federal holidays. Performance will be evaluated on adherence to quality benchmarks and timely execution. This effort represents a strategic approach by the government to enhance the living conditions for military personnel through organized logistical support.
    The pre-solicitation notice for PANMCC-24-P-0000 006132 outlines essential information regarding the establishment of a Master Blanket Purchase Agreement (BPA). It addresses key inquiries from potential contractors, focusing on required documents, performance expectations, compliance regulations, and risk management. Document submissions must include specified items from the "Instruction to Offerors." The Performance Work Statement (PWS) specifies deliverables, timelines, and performance metrics, which are critical for measuring contractor success through monthly quality checks by contracting officials. Regulatory compliance is delineated in multiple attachments, and communication protocols between contractors and stakeholders are emphasized in the PWS as well. While there is limited flexibility regarding timelines, any changes outside the authorized contracting officer's direction are at the contractor's risk. This document serves to clarify the requirements and expectations for contractors bidding on this federal project, ensuring clarity in processes and accountability throughout the contract's duration.
    The document outlines a Blanket Purchase Agreement (BPA) for Unaccompanied Personnel Housing (UPH) Furniture Services at Fort Liberty, North Carolina. It specifies the contractor's responsibilities in providing furniture, fixtures, and related relocation services for barracks and dayrooms to support redeploying soldiers' welfare and morale. Key requirements include the removal, installation, and repair of furnishings, ensuring compliance with federal and state regulations, and maintaining quality control. The plan emphasizes a performance-based approach, with measurable standards for quality, timeliness, and overall service delivery. It also details environmental, safety, and security protocols, including required training for contractor employees. The contractor is responsible for all logistical aspects, including purchase management and accountability for government property, ensuring effective coordination with the Contracting Officer Representative (COR). The document underscores the importance of maintaining a clean work environment and adhering to specific climatic conditions affecting operations. Quality Assurance and performance metrics, including a system for reporting and addressing any service discrepancies, are critical to the BPA's overall execution and contractor assessment processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    12TH MCD HQ SEATTLE MOVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps, is soliciting proposals for the relocation of the 12th Marine Corps District Headquarters from Seattle, Washington, to Renton, Washington. The procurement requires comprehensive moving services, including disassembly, packing, transportation, and reassembly of office furniture and equipment, with a focus on efficiency and safety. This contract is set aside for small businesses under NAICS code 484210, with a size standard of $34 million, emphasizing the government's commitment to engaging small enterprises in fulfilling its logistical needs. Interested parties must submit their proposals by September 18, 2024, and are encouraged to attend a site visit on September 13, 2024, for further insights into the project requirements. For inquiries, contact Dedriene Green at dedriene.l.green.civ@usmc.mil or Starleana Brown at starleana.brown@usmc.mil.
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    N071--ELP Furniture Install, storage & moving | Base+4 options
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation, storage, and moving of furniture, as outlined in solicitation number 36C25724Q0976. The project aims to support the El Paso Veterans Affairs Health Care System (EPVAHCS) and requires contractors to have experience with multi-manufacturer systems furniture, providing labor for inventory management and complex installations. This initiative is crucial for enhancing functionality within veteran healthcare facilities, ensuring quality service delivery while adhering to federal regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by September 26, 2024, at 12 PM Central Time, with an estimated contract value of approximately $36.5 million for the base period and four optional years. For further inquiries, contact Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or 210-831-1852.
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    2NDMARDIV BEQ FURNITURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps at Camp Lejeune, is soliciting proposals for the acquisition of Bachelor Enlisted Quarters (BEQ) furniture, including items such as mattresses, refrigerator/microwave combinations, chairs, and various tables for installation in barracks HP-118, HP-119, and HP-301. The procurement aims to furnish a total of 348 rooms while ensuring minimal disruption to current residents, with responsibilities including the fabrication, delivery, installation of new items, and the removal and disposal of existing furniture. This opportunity is particularly significant as it supports the living conditions of enlisted personnel, emphasizing durability and compliance with environmental regulations during the disposal process. Interested small businesses must submit their bids electronically by September 16, 2024, and can direct inquiries to Tammie Cassell at tammila.cassell@usmc.mil or by phone at 910-451-6357.
    Levrack Furniture
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the procurement of furniture for the Command VIP Suite at Camp Lejeune, North Carolina. This opportunity is specifically aimed at small businesses, with a focus on service-disabled veteran-owned small businesses, and emphasizes compliance with federal acquisition regulations. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, ensuring that both technical capabilities and pricing are considered. Proposals are due by 12:00 PM EST on September 20, 2024, with a mandatory site visit scheduled for September 17, 2024. Interested parties should contact Staff Sergeant David Kidd at david.m.kidd.mil@socom.mil or 910-440-0508 for further details.
    Public Affairs Office (PAO) Cubicle Removal, Disposal, and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking bids for the removal, disposal, and installation of office cubicles at the Nashville District Public Affairs Office in Tennessee. The contractor will be responsible for providing all necessary personnel, materials, and equipment to remove existing cubicles and install new furniture, including four 8' x 8' cubicles with features such as sit-stand electric desks and overhead storage. This procurement is part of a Firm-Fixed Price Supply Contract, which is set aside exclusively for small businesses, with the goal of awarding the contract to the lowest priced, responsive, and responsible offeror. Interested parties must submit their quotes electronically by the specified deadline and direct any questions to Kerri Broglin at kerri.d.broglin@usace.army.mil by September 17, 2024, with all work to be completed within 90 days of contract award.
    AFMED Moving Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for moving support services related to the relocation of personnel and items for the newly established AFMED Command in Falls Church, Virginia. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to ensure a seamless relocation of up to 225 staff members, adhering to high-quality standards and compliance with applicable regulations. This procurement is crucial for facilitating the operational enhancements of the AFMED Command, ensuring efficient logistics and support during the transition. Proposals are due by September 18, 2024, with questions accepted until September 13, and interested vendors must be registered in the System for Award Management (SAM) and include a Wide Area Workflow (WAWF) account in their submissions. For further inquiries, vendors can contact Justin Ashley at justin.ashley.6@us.af.mil.
    V--Transportation, travel and relocation services.
    Active
    Dept Of Defense
    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.
    Packing Crating & Drayage Services at Cannon AFB NM
    Active
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron (SOCONS), is soliciting proposals for Packing, Crating, and Drayage Services at Cannon Air Force Base (AFB) in New Mexico. The contract will cover essential logistical services for the preparation and transportation of personal property for military and civilian personnel, including outbound, inbound, and intra-city relocation services. This procurement is critical for supporting military operations and ensuring compliance with federal standards, with a contract period from November 1, 2024, to October 31, 2027, including one base year and two option years. Interested small businesses must submit their proposals by September 20, 2024, and can contact Ingrid Woolfolk at ingrid.woolfolk@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.