12th MCD HQ Move Seattle, WA
ID: M00263-12thType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALPARRIS ISLAND, SC, 29905-9001, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)
Timeline
    Description

    The Department of Defense, specifically the Commanding General of the Department of the Navy, is seeking vendors to provide professional moving services for the relocation of the 12th Marine Corps District headquarters from Seattle, WA, to Renton, WA. The procurement involves comprehensive moving tasks, including disassembly, packing, transportation, reassembly, and cleanup of office furniture and equipment, with specific building specifications and security protocols to be adhered to during the process. This opportunity is crucial for ensuring a smooth transition of operations while safeguarding sensitive information, with a performance period scheduled for late September 2024. Interested vendors must submit their responses, including company information and capabilities statements, by 10:00 A.M. Eastern Standard Time on September 11, 2024, to the primary contact, Dedriene Green, at dedriene.l.green.civ@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses logistical inquiries related to a government move involving items located in Seattle and Renton, WA. Key highlights include confirmation that moving does not require background checks but mandates security protocols, such as prohibiting firearms. The timeline for the move is confirmed for September 25-28, with flexibility in working hours to expedite the process without compromising quality. It is specified that personal identifiable information (PII) boxes must only be transported by the movers and cannot be handled. The 20-foot shipping container, which currently holds workout equipment, may be moved either empty or loaded. Additionally, details about furniture specifications, such as non-electrical desks and the nature of a safe, are clarified. The inquiry process demonstrates the need for thoroughness in planning and conducting government-related relocations, while ensuring compliance with security and operational standards. Overall, the document encapsulates vital logistical considerations for facilitating a smooth and efficient move, crucial for governmental operational continuity.
    The document appears to reference measurements or specifications related to RFPs (Requests for Proposals) or grant applications, indicating possible dimensions for physical structures or components (6’x4’ and 12’x4’). While the content itself lacks context or explicit details, it suggests that the sizes specified may pertain to project requirements in federal or state/local grant scenarios. Understanding the dimensions might be crucial for bidders and stakeholders who need precise information for project planning or execution. Without additional context, the central theme may involve compliance with size-related stipulations in proposals, emphasizing the importance of adhering to such specifications when submitting bids or seeking funding for government projects. Overall, this critical piece of data could serve as a foundational parameter for potential contractors or grantees involved in future procurement opportunities.
    The Performance Work Statement (PWS) outlines a federal requirement for professional moving services to relocate the Recruiting Station (RS) Seattle’s headquarters from its current location to a new office in Renton, Washington. The contractor will be responsible for disassembling, packing, transporting, and reassembling office furniture, gym equipment, and other supplies, ensuring no damages occur during the move. The contract will be awarded as a Firm-Fixed Price Contract, set aside for small businesses, with a performance period scheduled for late September 2024. Key requirements include an accurate inventory of all items before and after the move, the use of heavy lift equipment for large items, and adherence to security regulations regarding personally identifiable information (PII). The contractor must provide a designated point of contact for managing communications and ensuring compliance throughout the contract period. Overall, the PWS is focused on facilitating a smooth, efficient transition of office operations while safeguarding sensitive information and minimizing disruption to government functions.
    The document outlines the insurance requirements for tenants or vendors associated with the Time Square project, managed by Renton Office Park, LLC, located at 500-800 SW 39th Street, Renton, WA. It specifies that a Certificate of Insurance must be submitted to Greenbridge Management, with detailed coverage stipulations including: $1 million in general liability, $1 million for automobile insurance, $1 million in workers' compensation, and $2 million for umbrella liability. Additionally, it lists several entities as additional insured parties, ensuring they are covered under specified endorsements for ongoing and completed operations related to the named insured's activities. The inclusion of endorsing pages is mandatory with the insurance certificates. This document serves essential compliance needs within the context of local business operations and contracts, ensuring adequate risk management and coverage for associated parties.
    The document consists of an inventory list detailing various office and event-related items requested for procurement. It includes furniture such as chairs, desks, and filing cabinets, alongside equipment like printers, fridges, and shredders. Additionally, it catalogs conference materials such as tables, podiums, and signage, as well as event supplies that include water bottles, promotional materials, and kitchen appliances. The inventory also lists additional miscellaneous items like medical supplies and exercise equipment. The purpose of the inventory sheet is to support an RFP process or grant application by outlining the specific items needed for an office or facility. By providing these details, the document serves as a functional outline for potential suppliers or partners to prepare necessary bids or proposals to meet the specified requirements. Given the context of federal government needs, this inventory signifies essential planning for resource allocation and logistical organization within a governmental setting, fostering optimal operational efficiency.
    The provided document, titled "Attachment 3 - Photos," appears to be a placeholder or reference point rather than a substantive report or analysis. It repeatedly lists "Attachment 3 - Photos" with no accompanying content or context offered within this particular file. This suggests that the primary purpose of the document was to reference images that may have accompanied or illustrated additional materials related to federal or local government requests for proposals (RFPs) or grant applications. As the file lacks specific information, key ideas, or supporting details, it does not provide a clear topic or discussion relevant to government activities or initiatives. Overall, the document indicates that it is part of a larger file that likely contains visual evidence or documentation pertinent to a particular project or proposal process, which is common in governmental contracts and grants documentation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 2, Packing, Crating, Storage, and Movement Services. The contract area of performance is in King and Snohomish counties in Washington State. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is October 1, 2018. The RFQ will be issued on or about July 18, 2018, with offers due on or about August 18, 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5. Prospective offerors should download the solicitation from the NECO website and monitor for any amendments. Electronic submission of quotes to NECO is not available at this time. All questions should be submitted via email to the Contract Specialist, Vonda Winter. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or Faxed.
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 3, Packing, Crating, Storage, and Movement Services. The contract area of performance is in Washington State counties: Island, San Juan, Skagit, and Whatcom. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is 01 Oct 2018, with the RFQ issued on or about 18 July 2018 and offers due on or about 18 August 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5.
    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.
    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.
    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.
    Removal of LCAC rubberized trash material
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center in San Diego, is soliciting bids for the removal of LCAC (Landing Craft Air Cushion) rubberized trash material at Marine Corps Base, Camp Pendleton, California. The contract requires the placement and maintenance of two metal bins for trash collection, with services scheduled as needed from October 1, 2024, to September 30, 2025, while ensuring compliance with CDC COVID-19 guidelines and preventing debris-related damage to military crafts. This procurement is crucial for maintaining sanitation and operational readiness at the base, with a total estimated cost ceiling of $47 million for small businesses under NAICS Code 562111. Interested contractors must submit their quotes by September 17, 2024, and can contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or 619-556-6436 for further information.
    412th Flight Test Engineering Lab (FTEL) Move at Edwards AFB CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for moving services related to the relocation of the 412th Test Engineering Group (412 TENG) from Building 1400 to the new Flight Test Engineering Laboratory (FTEL) at Edwards Air Force Base, California. The contractor will be responsible for comprehensive moving services, including packing, transporting, and reinstalling equipment and furnishings for approximately 350 personnel, with the planned move scheduled between November 12 and November 19, 2024, subject to potential delays. This procurement is critical for ensuring a smooth transition to the new facility while adhering to federal regulations and safety protocols. Interested small businesses must submit their quotes by September 20, 2024, at 4:00 PM PST, and can contact Terence Vickers at terence.vickers@us.af.mil for further information.
    Relocatable Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to award a Firm Fixed-Price delivery order for the continued lease of a relocatable office building from Williams Scotsman, Inc. at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement aims to avoid substantial duplication of costs associated with relocating and setting up a new facility, which would include expenses for furniture removal, tear down preparations, and new facility costs. The lease is critical for ongoing operations at NAWCAD Lakehurst, and interested parties must submit their responses via email to Shara Ruth at shara.j.ruth.civ@us.navy.mil by September 19, 2024, at 11:00 A.M. EDT. This presolicitation notice does not constitute a request for competitive proposals, and the government is not obligated to issue a solicitation or award a contract.
    Detachment Mission Package Support Facility, Port Hueneme, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command, is seeking proposals from qualified service-disabled veteran-owned small businesses (SDVOSB) for logistics support services at the Detachment Mission Package Support Facility located in Port Hueneme, California. The procurement involves a Firm-Fixed-Price contract to provide essential logistics support, including material receipt, verification, inventory management, and maintenance of warehouse operations, adhering to Navy supply procedures and safety regulations. This initiative is crucial for ensuring efficient logistics operations within the military context, with a contract duration from September 2024 to September 2029, including options for renewal. Interested parties must submit their proposals by 12:00 PM on September 17, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.