Packing and Crating Services Vandenberg SFB
ID: FA461025Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Packing and Crating (488991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING (V003)

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 packing and crating services at Vandenberg Space Force Base (VSFB) under Request for Quote Number FA4610-25-Q-0004. The procurement aims to secure commercial services for the packing, containerization, and local drayage of personal property shipments, adhering to the requirements outlined in the Performance Work Statement (PWS) and Federal Acquisition Regulation (FAR). This contract, valued at $34 million, is a total small business set-aside, emphasizing the government's commitment to supporting small businesses, particularly women-owned enterprises, in fulfilling essential logistical functions. Interested contractors must submit their proposals by January 7, 2025, at 12:00 PM PST, and can direct inquiries to Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the packing, containerization, and local drayage of personal property shipments under the Direct Procurement Method (DPM) by contractors for the Department of Defense (DoD). Key responsibilities include conducting pre-move surveys, weighing shipments, adhering to timeframes, and managing the preparation, packing, and loading of goods for domestic or international transport. Contractors must provide necessary materials, ensure compliance with governmental standards, and handle storage and documentation accurately. Specific performance metrics set targets for on-time delivery, documentation accuracy, and quality control, while responsibilities regarding cargo insurance and handling erroneous shipments are explicitly defined. The document emphasizes contractor accountability, detailing procedures for unpacking, claims handling, and managing government-owned containers. Overall, this PWS aims to facilitate seamless coordination between contractors and the DoD for efficient and secure handling of personal property during military relocations.
    The document appears to be a corrupted file or improperly formatted data, making it difficult to derive meaningful content typically associated with government requests for proposals (RFPs), grants, or other relevant official documentation. Due to the data distortion, the intended structure, main topics, key ideas, and supporting details are not discernible. Government RFPs usually include specific project requirements, guidelines for submissions, eligibility criteria, funding amounts, and timelines, but these components cannot be identified in this instance. As a result, without further context or a corrected version of the document, a comprehensive summary focusing on RFPs or federal grant-related information cannot be accurately created. This document requires rectification or additional details for effective analysis and summary.
    The document outlines the Request for Proposals (RFP) for moving and storage services for personal property in Zone 79: Area 1, covering San Luis Obispo and Santa Barbara. It specifies estimated maximum daily requirements, including outbound, inbound, and intra-city services over a defined period from March 1, 2025, to February 28, 2028. Key service categories include complete outbound services involving household goods (HHG), unaccompanied baggage, and storage provisions. Each category stipulates detailed operational requirements such as disassembly, packing, loading, and delivery tasks. Contractors must meet the government's minimum daily capacity and provide guarantees for their service capabilities. The expected volumes and service specifications are set to ensure compliance with relevant commercial specifications. Moreover, the schedules detail the need for drayage services, container usage, and handling of oversized or overflow articles. The emphasis on pre-survey requirements, as well as packaging and inventory protocols, reflects the complexity of the moving services being procured. The document ultimately establishes a framework for contractors to submit bids, aiming to ensure effective management of government relocation needs, confirming adherence to safety standards and operational efficiency.
    The document outlines the requirements for contractors providing DPM (Domestic Personal Property Management) Packing and Crating Services as part of a federal government Request for Quotes (RFQ). It specifies that contractors must demonstrate three years of experience within the past five years in various packing and crating tasks, such as pre-move surveys, preparation and loading, inventory processes, and claims handling. The evaluation hinges on submitting detailed project references—up to three per sub-factor—to substantiate the claimed experience. The contractors must provide the contract details, including the period of performance, total value, and contact information for verification. The goal is to ensure that potential contractors have the requisite expertise to perform the outlined tasks, thus meeting technical acceptance criteria. This process ensures that the federal government selects qualified vendors for efficient and effective management of packing and crating services.
    The Women-Owned Small Business (WOSB) solicitation details a request for services related to packing and crating for the Department of Defense at Vandenberg Space Force Base. The contract, numbered FA461025Q0004, amounts to $34,000,000 and outlines requirements for outbound and inbound services for personal property shipments and storage through the Direct Procurement Method (DPM). The contract period spans from March 1, 2025, to February 29, 2028. Key components include a set of clauses referencing the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) applicable to government procurement, focusing on contractor responsibilities concerning safety, acceptance criteria, and liability for loss or damage. The document mandates the inclusion of clauses ensuring adherence to labor standards, equal opportunity laws, and certifications regarding compliance with telecommunications and defense contracting regulations. This solicitation emphasizes the federal government's commitment to utilizing women-owned businesses for government contracts while ensuring compliance with legal and safety standards throughout the service provision period.
    The memorandum from the Department of the Air Force, specifically the United States Space Force’s Space Launch Delta 30, addresses contractors regarding a solicitation for service bids. Key inquiries include the absence of Estimated Annual Amounts in the Pricing Schedule, which the government clarifies by indicating the maximum daily requirement and minimum acceptable capability are specified in the attachment. The memorandum also affirms that the incumbent contractor is Anderson Van and Storage, Inc., with a prior contract value of $1,000,000. Additionally, it notes that no military specifications (mil-spec) certifications are necessary for bidders. Overall, the document serves to clarify critical points related to the bid submission process, ensuring contractors are informed of expectations and requirements for the upcoming proposals. This reflects standard practices in government Requests for Proposals (RFPs), designed to foster transparent competition while supporting effective contract procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Containers, Packaging and Packing Supplies
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to provide containers, packaging, and packing supplies under a Total Small Business Set-Aside. This procurement aims to establish Blanket Purchase Agreements (BPAs) to facilitate the acquisition of these commercial items, which are essential for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, at 1:00 PM (EST) to Karin Quagliato via email at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321. The BPA will have a master dollar limit of $4,999,999 over five years, with individual calls not exceeding $250,000, and payments will be processed through Government credit cards or Wide Area Workflow (WAWF).
    30 FSS Sports Officials
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sports Officials and Scorekeeping services at Vandenberg Space Force Base in California. The procurement aims to provide officiating and scorekeeping for various adult intramural, varsity, and youth sporting events, ensuring that all officials are certified and adhere to game rules and base-specific bylaws. This contract is crucial for maintaining organized and professional sporting activities at the base, enhancing community engagement and morale among service members and their families. Interested small businesses must submit their quotations by August 19, 2025, with an anticipated award date of October 1, 2025, and can direct inquiries to Vince Mills or Kristofer Clark via email.
    Household Goods Packing and Crating Services in Sasebo, Japan (Sole Source Justification - Simplified Procedures for Certain Commercial Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide Household Goods Packing and Crating Services in Sasebo, Japan, through a sole source acquisition. The primary objective of this procurement is to prepare the personal property of Department of Defense personnel for shipment and/or storage, utilizing the Direct Procurement Method (DPM). These services are crucial for ensuring the safe and efficient relocation of military personnel and their belongings. Interested parties can reach out to Ken Sato at ken.sato.jp@us.af.mil or Jacob Love at jacob.love.3@us.af.mil for further details regarding this opportunity.
    53--PACKING MATERIAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for packing material, specifically NSN 5330014440837, under a total small business set-aside. The procurement involves an indefinite delivery contract with an estimated quantity of 53 units, to be delivered within 53 days after order placement, with a guaranteed minimum of 7 units. This packing material is crucial for various applications within military logistics, ensuring the secure transport of goods to both domestic and overseas depots. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The contract will remain active for one year or until the total order value reaches $350,000, with an anticipated three orders per year.
    53--PACKING ASSORTMENT,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement of a Packing Assortment, specifically NSN 5330012931123. The contract will involve the delivery of 31 units, with an estimated total contract value of $350,000, and is expected to result in an Indefinite Delivery Contract (IDC) lasting one year or until the maximum order value is reached. These packing items are critical for various applications within military logistics, ensuring the effective sealing and protection of components during transport. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available through the DLA's online platform.
    53--PACKING WITH RETAIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of packing with retain, specifically NSN 5330009474288. The requirement includes a quantity of 235 units to be delivered within 82 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is crucial for maintaining the supply of hardware components, which are essential for various military applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    53--PACKING,PREFORMED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of preformed packing, specifically NSN 5330011565139. The requirement includes a total of 1,804 units to be delivered within 30 days after order and an additional unit to be delivered within 60 days after order. These packing materials are critical for ensuring the proper sealing and functionality of various military hardware and equipment. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with inquiries directed to the DLA via email at DibbsBSM@dla.mil. The solicitation is set aside for total small business participation, and all responsible sources may submit their proposals for consideration.
    53--PACKING ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Packing Assembly (NSN 5330012257763) under a Total Small Business Set-Aside. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of one. These packing assemblies are critical components used in various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.