Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
ID: FA480124Q0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, USA

NAICS

Packing and Crating (488991)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document provides security requirements for a contract at Holloman Air Force Base (AFB), categorized as unclassified. It emphasizes that contractors must not employ illegal aliens and outlines specific documentation needed for foreign national employees, including a Foreign Visit Request Form and ongoing approval processes. Contractors must maintain a current list of employees requiring access, provide security training, and ensure compliance with identification protocols. Additionally, there are strict restrictions on movement, traffic regulations, weapons possession, and the handling of Controlled Unclassified Information (CUI). The document requires contractors to safeguard government property and imposes limitations on photography and personal electronic devices in controlled areas. Overall, these guidelines aim to ensure security and proper conduct while on Holloman AFB, preserving the integrity of operations related to the federal request for proposals (RFP) context.
    The Performance Work Statement (PWS) outlines the requirements for the packing, containerization, and transportation of personal property shipments using the Direct Procurement Method (DPM) for Department of Defense (DoD) personnel. It details the contractor's responsibilities, including conducting pre-move surveys, weighing shipments, providing proper packing and loading, maintaining quality standards, and ensuring timely delivery. The contract spans from January 1, 2025, to December 31, 2030, covering specific zones and including services like appliance servicing, drayage, cargo insurance, and claims management. The document emphasizes proper documentation, accountability, and adherence to commercial standards to ensure safe handling and transportation of goods. Key performance metrics are established to maintain service quality, including on-time delivery and accurate invoicing. Additionally, the PWS mandates compliance with regulations regarding government-furnished property, safety, and risk management, ensuring a coherent framework for contractors engaged in moving and logistics services. Overall, the PWS serves as a comprehensive guide for ensuring efficient and compliant personal property shipment processes within government operations.
    The Performance Work Statement (PWS) outlines the requirements for contracting services related to the packing, containerization, and local drayage of personal property shipments under the Direct Procurement Method (DPM) for Department of Defense (DoD) personnel. The scope includes comprehensive service provision encompassing pre-move surveys, weighing, preparation, packing, loading, and unpacking of personal property, with explicit guidelines for each stage. Key areas of responsibility are defined geographically, with specific requirements for handling household goods and unaccompanied baggage. The contractor must meet set performance standards, including accurate inventory management, timely service, and adherence to federal regulations regarding weight and cargo insurance. Emphasis is placed on quality assurance, accountability for government-owned containers, and compliance with safety standards for both domestic and international shipments. Additionally, provisions for appliance servicing, necessary documentation, and cost recovery through claims in the event of loss or damage are clearly articulated. The document stresses the importance of maintaining serviceable equipment and facilities while delegating government-furnished property protocols. This PWS serves as a vital framework for ensuring efficient and compliant movement and storage of personal property within military logistics contexts.
    The document FA480124Q0010 provides wage determinations under the Service Contract Act (SCA) from the U.S. Department of Labor. It establishes minimum wage requirements and fringe benefits for various occupations in New Mexico, specifically in counties such as Chaves and Eddy. The wage determination specifies that contracts awarded on or after January 30, 2022, must pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90. A comprehensive table outlines specific wages for various job classifications, ranging from administrative roles to technical occupations, with footnotes indicating certain positions may be entitled to higher pay under Executive Orders. Guidelines for providing paid sick leave, health benefits, and vacation days, as well as uniform allowances, are included. Additionally, the document addresses the conformance process for unlisted job titles and highlights compliance with federal labor regulations. This file is critical in informing federal contractors about their wage obligations, ensuring they meet labor standards while executing government contracts. It underscores the government's commitment to fair compensation and worker protection in executing federal projects.
    The National Crime Information Center (NCIC) outlines access protocols for contractors wishing to enter Holloman Air Force Base (AFB) in New Mexico. Compliance with REAL ID Act mandates that only authorized personnel with valid identification can gain unescorted access; others must be escorted by a valid sponsor. Contractors must submit a Visit Access Request (VAR) that includes personal details for background checks, with specific instructions to submit documentation 3-7 business days prior to access requests. The vetting process involves checks against law enforcement databases to ensure eligibility; contractors’ employees may be denied access based on criminal history or pending charges, with an appeal process in place for denied individuals. Additional requirements involve the return of access credentials upon contract completion and ongoing re-vetting for security clearance every year. The document emphasizes the responsibility of contracting organizations to ensure compliance with security measures, including vehicle inspections and the provision of comprehensive identification. The overarching purpose is to maintain security and safety at Holloman AFB while facilitating necessary contractor access.
    The document FA480124Q0010 outlines a government solicitation for transportation and logistics services related to household goods (HHG) and unaccompanied baggage. It details estimated daily requirements for service across multiple zones in New Mexico, specifying capacities for outbound, inbound, and intra-city transportation. Contractors are required to provide a minimum guaranteed capability while ensuring compliance with quality standards for moving and handling goods. Scheduled services include comprehensive moving tasks such as packaging, loading, drayage, unpacking, and assembly. Notably, there are detailed procedures for handling overflow articles, expensive items, and specialized containers, along with additional services such as remarking and assembly/disassembly. The document emphasizes the importance of accurate pricing, responsiveness in service contracts, and adherence to specified parameters for service delivery. This solicitation represents a structured approach to facilitating federal transportation needs, ensuring that potential contractors understand the scope and obligations associated with fulfilling government contracts. Essential for the effective management of federal logistics, it underscores the intention to procure comprehensive, efficient services for personnel movements within the stipulated geographic areas.
    The Performance Work Statement outlines the scope of work for packing, containerization, and local drayage of personal property shipments through the Direct Procurement Method (DPM). It includes details on services to be performed, time requirements, storage, facilities, claims, subcontracting, and other general requirements. The government will provide certain items and services, such as forms and transportation control documents. The contractor is responsible for providing personnel, materials, equipment, and other necessary resources.
    The document outlines a request for proposals (RFP) for a contract specifically targeting women-owned small businesses (WOSB), detailing a solicitation number (FA480124Q0010) and a total estimated award amount of $34 million. The procurement focuses on packing, containerization, and local drayage of personal property shipments, with notable provisions for outbound, inbound, and intra-city move services, all priced as firm fixed-price contracts. The contract period spans from January 1, 2025, to December 31, 2025, with optional extensions for additional years. Key responsibilities include adhering to performance work standards (PWS) specified in an attached document and ensuring compliance with various FAR and DFARS clauses related to cybersecurity and safeguarding of contractor information systems. The document emphasizes the importance of small business participation, including economically disadvantaged women-owned businesses (EDWOSB) and service-disabled veteran-owned small businesses (SDVOSB), thereby promoting equitable access to government contracts. Overall, this solicitation exemplifies the federal government’s efforts to engage small and disadvantaged businesses in significant contracting opportunities while ensuring adherence to regulatory frameworks during execution.
    Similar Opportunities
    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.
    Packing & Crating Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for Packing and Crating Services at Mountain Home Air Force Base (AFB) in Idaho. The procurement aims to secure a contractor capable of providing comprehensive packing, containerization, and local drayage services for personal property shipments under the Direct Procurement Method (DPM), ensuring compliance with federal, state, and local regulations. These services are critical for facilitating smooth relocations for military personnel, emphasizing quality control, timely delivery, and accurate documentation. Interested parties should submit their responses to Carrie Budner at carrie.budner.2@us.af.mil by October 16, 2024, with the potential contract period spanning from December 31, 2024, to December 30, 2026.
    Outbound Cargo Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.
    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.
    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.
    ACE Containers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Advanced Shipping Containers, known as ACE Containers, for use at Kadena Air Base and Joint Base Elmendorf-Richardson. The containers must meet specific requirements, including being self-mobile, lightweight, and reconfigurable to fit 463L aircraft, while also being durable enough to withstand harsh environmental conditions. This procurement is critical for enhancing operational efficiency and logistics support in diverse terrains. Interested vendors must submit their quotations by September 17, 2024, with a proposal validity extending until October 30, 2024. For further inquiries, potential bidders can contact Aisha B. Nance at aisha.nance@us.af.mil or Justin K. Townsend at justin.townsend.2@us.af.mil.
    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.
    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.
    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.
    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.