ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

Packing, Containerization and Local Drayage Service

DEPT OF DEFENSE W911SF_26_Q_A0030003
Response Deadline
May 29, 2026
21 days left
Days Remaining
21
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Army’s W6QM MICC-Fort Benning is seeking packing, containerization, and local drayage services to support Fort Benning soldiers with local household goods moves. The work includes pre-move surveys, packing, loading, containerization, weighing, drayage, unpacking, appliance servicing, debris removal, and related storage and handling services for outbound, inbound, and intra-city moves. Key context includes performance at Fort Benning, Georgia, local drayage within a 50-mile radius of the area of responsibility, and government evaluation on a best-value basis using technical capability, past performance, and price, with storage-in-transit not authorized. Proposals and pricing schedules are due by email on May 29, 2026 at 11:00 a.m., with questions due by email on May 8, 2026 at 11:00 a.m.; offerors must also acknowledge the solicitation amendments.

Classification Codes

NAICS Code
484210
Used Household and Office Goods Moving
PSC Code
V003
TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING

Solicitation Documents

10 Files
Solicitation Amendment 3_W911SF_26_Q_A003_0003_20260429.pdf
PDF3825 KBMay 8, 2026
AI Summary
This document is an amendment to solicitation W911SF26QA003, originally posted on February 23, 2026, for DPM Local Moves Recompete. The amendment, dated April 29, 2026, extends the response due date from March 3, 2026, to May 29, 2026. The purpose of this reposting is to expand competition beyond Georgia and Alabama. Key changes include modifications to CLIN/SLIN/ELIN 0001AA, an updated NAICS code, and the addition of several clauses and attachments, such as the 'Evaluation-Commercial Products and Commercial Services' clause and new Performance Work Statements (PWS). Some previous documents, like the initial PWS and Q&A document, have been deleted and replaced with updated versions. Offerors must acknowledge receipt of this amendment for their offer to be considered.
Solicitation Amendment 2_W911SF_26_Q_A003_0002_20260429.pdf
PDF3809 KBMay 8, 2026
AI Summary
This government file, an amendment to solicitation W911SF26QA003, outlines changes to a federal procurement document. The primary purpose is to extend the response due date for offers from February 26, 2026, to March 3, 2026, and to adjust the response due time from 10:00 AM to 11:00 AM. Additionally, the payment method has been changed from 'Contractor' to 'Government.' The amendment specifies procedures for offerors to acknowledge receipt of these changes, emphasizing that failure to do so by the new deadline may result in rejection of their offer. It also provides instructions for modifying previously submitted offers. The document details the administrative codes, issuing and administering offices, and identifies Valerie Peek as a contact person.
Solicitation Amendment 1_W911SF_26_Q_A003_0001_20260429.pdf
PDF3820 KBMay 8, 2026
AI Summary
This government document, Amendment/Modification Number A00001 to Solicitation Number W911SF26QA003, issued by W6QM MICC-FT MOORE, serves to amend a solicitation dated February 23, 2026. The amendment, effective February 25, 2026, primarily clarifies questions and answers related to the solicitation. Key changes include the addition of a 'Questions and Answers-W911SF-26-Q-A003_20260225' document as Attachment 0003 to the list of contract documents, and an update to the page count for this newly added document. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. The original terms and conditions of the solicitation remain in full force and effect, except as modified herein.
Solicitation Conformed Copy_W911SF-26-Q-A0030003_20260429.pdf
PDF3359 KBMay 8, 2026
AI Summary
This government file, W911SF26QA0030003, is a solicitation/contract/order for commercial products and services related to Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The document outlines a comprehensive range of household goods (HHG) and unaccompanied baggage (UB) moving and storage services, categorized into Outbound, Inbound, and Intra-City/Area moves. Services include pre-move surveys, packing, containerization, weighing, drayage, unpacking, appliance servicing, and debris removal. It also covers specialized services for expensive/valuable items, storage, container provision, remarking, coopering, assembly/disassembly of containers, and drayage beyond the contract area. The total award amount is USD 34,000,000.00. The solicitation details firm-fixed-price arrangements for all items and specifies inspection and acceptance locations at Fort Benning, GA. The NAICS code for this acquisition is 484210, indicating it pertains to General Freight Trucking, Local. The file emphasizes adherence to federal acquisition regulations and outlines procedures for attempted pickups and deliveries, ensuring accountability and service quality.
PWS DPM Local Moves_20260406.pdf
PDF651 KBMay 8, 2026
AI Summary
The Defense Transportation Regulation, Part IV, outlines the Performance Work Statement for contractors handling personal property shipments for DoD personnel via the Direct Procurement Method (DPM). This includes packing, containerization, local drayage, and related services for both domestic and international moves. Key contractor responsibilities cover pre-move surveys, accurate weighing, adherence to strict time requirements, and meticulous preparation, packing, loading, and containerization. The document details procedures for tagging, inventorying, appliance servicing, and the proper use and marking of shipping containers, including government-owned containers. It also specifies documentation, storage protocols, facility requirements, cargo insurance, and claims procedures. The PWS emphasizes quality control, timely service, and accurate reporting, ensuring efficient and secure transportation of personal property.
Attachment 2 - Pricing Schedule_20260126.pdf
PDF332 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive range of moving and storage services, categorized into Outbound, Inbound, and Intra-City/Area Moves. The Outbound Services (Schedule I) detail the packing, inventorying, and transportation of household goods (HHG) and unaccompanied baggage from a member's/employee's residence or a contractor's facility, including provisions for overflow, oversized, and valuable items. It also covers storage, container provision, remarking, coopering, assembly/disassembly of containers, and drayage services, along with charges for attempted pickups. Inbound Services (Schedule II) describe the receiving, drayage, decontainerization, unpacking, and reassembly of HHG and unaccompanied baggage, including options for partial withdrawals and attempted deliveries. This schedule also addresses remarking, coopering, assembly/disassembly, reweighing, and drayage. Schedule III covers complete intra-city and intra-area moves, encompassing all aspects from pre-move surveys to unpacking at the new residence, and includes provisions for attempted pickups or deliveries. The document specifies detailed procedures and conditions for each service, indicating whether government- or contractor-furnished containers are used and the FOB destination for all items.
Updated Questions and Answers - W911SF_26_Q_A0030003_20260508.pdf
PDF91 KBMay 8, 2026
AI Summary
The document addresses questions and responses for the DPM Local Moves Recompete (W911SF_26_Q_A0030003), a federal government RFP for local moving services. It clarifies that annual quantities, utilization percentages, and inbound/outbound shipment breakdowns are not provided due to the 'as needed' nature of the contract, which fluctuates based on Service Members' requirements. The government emphasizes the importance of addressing all aspects of performance, from initial acceptance to final delivery, within Quality Control Plans. Repacking activities may be required in cases of damage from mold, fire, water, or infestation. Pricing evaluation will be based on the total evaluated price, an estimate derived from previous contracts, acknowledging that actual costs may vary based on demand.
Previous Questions and Answers-W911SF-26-Q-A003_20260403.pdf
PDF79 KBMay 8, 2026
AI Summary
The Department of Defense, Department of the Army, through W6QM MICC-Fort Benning, issued RFP Number W911SF-26-Q-A003 for Packing, Containerization, and Local Drayage Services. This document provides answers to previous questions regarding the RFP. Key details include an average annual processing of 19,000 CWT of household goods, with 0-3 packing/containerization jobs per month. Storage-in-transit is not authorized. Local drayage is required within a 50-mile radius of the Area of Responsibility. While a contractor-provided local warehouse is not typically needed for direct delivery, if required, it must be within 100 miles of Fort Benning, GA, with a 48-hour service capability. Contractor-owned certified scales are not mandatory; third-party certified weighing services are acceptable. Pricing will be evaluated using government-provided estimated quantities. The government confirmed a final RFP will be issued, with proposals due no later than 48 hours for acceptance.
Instruction to Offerors.pdf
PDF202 KBMay 8, 2026
AI Summary
This document outlines instructions and evaluation criteria for submitting offers for a government contract. Offers are due by May 29, 2026, at 11:00 AM EST, and must be submitted electronically to Ms. Valerie Peek. Submissions require the solicitation number, offeror contact information, “Remit to” address, completed FAR 52.212-3 certifications, and acknowledgment of amendments. Proposals must include three volumes: Technical, Past Performance, and Price. The Technical volume requires a Statement of Understanding, Plan of Action, Management Capability, and Quality Control Plan. The Past Performance volume should detail relevant contracts and references, while the Price volume must use the Solicitation CLIN. Questions are due by May 8, 2026, at 11:00 AM EST. The Government intends to award a single contract based on a Best Value Tradeoff, where Technical and Past Performance are approximately equal to Price. Proposals will be rated as “Acceptable” or “Unacceptable” for each volume. Offers must include a Unique Entity ID (UEI) and offerors must be registered in the System for Award Management (SAM) database. The Government reserves the right to award without discussions.
Wage Determinations_20260122.pdf
PDF4683 KBMay 8, 2026
AI Summary
The document is a wage determination under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in specific counties of Alabama and Georgia. It includes administrative, automotive, food service, health, IT, and other categories, with detailed hourly rates. The determination also addresses compliance with Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Contractors), outlining requirements for paid sick leave and minimum wage rates. Additional provisions cover vacation, holidays, hazardous pay differentials, and uniform allowances. It details the conformance process for unlisted occupations, emphasizing proper classification and wage rate determination by the Department of Labor.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 29, 2026
amendedAmendment #1· Description UpdatedApr 30, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 29, 2026
expiryArchive DateJun 13, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT BENNING

Point of Contact

Name
VALERIE PEEK

Place of Performance

Fort Benning, Georgia, UNITED STATES

Official Sources