DPM Packing and Containerization
ID: FA558725R0095Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONSAPO, AE, 09461-5120, USA

NAICS

Packing and Crating (488991)

PSC

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

    The Department of Defense, through the 48th Contracting Squadron at RAF Lakenheath, is seeking contractors for DPM packing and containerization services to facilitate the movement of personal property for military personnel within the United Kingdom. This procurement encompasses the packing, containerization, and local drayage of service members' belongings, including household goods, unaccompanied baggage, and vehicles, ensuring compliance with established Defense Transportation Regulations. The contract will span a five-year ordering period from April 1, 2025, to March 31, 2030, with quotes due by January 21, 2025. Interested parties can reach out to primary contact Connor Jeter at connor.jeter@us.af.mil or 314-226-2174 for further details.

    Files
    Title
    Posted
    The Defense Transportation Regulation – Part IV outlines the Performance Work Statement (PWS) for packing, containerization, and drayage of Direct Procurement Method (DPM) personal property shipments for Department of Defense (DoD) personnel. The contractor is responsible for all aspects of preparation, packing, containerization, weighing, and delivery of personal items, adhering to commercial standards and best practices. The document specifies tasks such as pre-move surveys, weight documentation, and the need for accurate inventories. Timeframes for service execution, including storage and unpacking, are defined, along with requirements for government-furnished materials and facilities. The document places heavy emphasis on quality control, timely delivery, and proper documentation for both inbound and outbound shipments. It highlights compliance with safety and legal regulations, the use of government-owned containers, and performance metrics to ensure service delivery standards. Overall, the PWS is a comprehensive guideline aimed at ensuring efficient and secure movement of personal property for DoD personnel, while maintaining accountability and adherence to established policies. The regulatory framework underscores the government's commitment to operational excellence and accountability in military logistics.
    The document outlines a comprehensive Price Schedule related to transition and operational services for Household Goods (HHG) moving, specifically detailing outbound and inbound services as part of various government Contracts Line Item Numbers (CLINs). It categorizes services by unit of issue and estimated annual quantities, emphasizing types of containers, services like drayage, storage, and specialized handling for items like unaccompanied baggage and valuable goods. Each service includes specific industry standards for containers, like ASTM specifications, ensuring compliance. The layout includes breakdowns for outbound services, inbound services, and intra-city moves, which structure the required services clearly. The schedule contains essential pricing models for government contractors, indicating a competitive bid context within federal and state procurements, ensuring the delivery and handling of goods adhere to specified standards while potentially mitigating costs through itemized service types. This document serves the strategic function of guiding vendors in preparing bids for government contracts in alignment with logistical requirements for military and civilian relocations. Overall, it is a critical tool for both government agencies and contractors in the transportation and storage sector.
    This document outlines the pricing schedule for outbound and inbound services related to household goods (HHG) for government contracts, specifically focusing on moving services. It specifies various Contract Line Item Numbers (CLINs), indicating requirements for each service, such as containers and unpackaging, as well as distinct estimates for annual quantities and unit prices. The pricing is broken down into several schedules, detailing services like complete outbound and inbound transport, handling of expensive items, unpackaging, and additional services, including storage and assembly/disassembly tasks. Each service item includes specifications for unit of issue, pricing, and whether drayage services are included. The overall purpose of the document is to provide a structured and detailed overview of costs and requirements for potential government contractors submitting proposals in response to requests for proposals (RFPs). By clarifying pricing and service details, it aims to facilitate competitive bids and to ensure compliance with contract expectations, ultimately moving towards efficient and accountable government procurement processes.
    The Defense Transportation Regulation - Part IV outlines comprehensive guidelines for conducting pre-award surveys of contracting and carrier facilities handling personal property. Key objectives include ensuring the adequacy of storage facilities with proper protection from environmental hazards, fire risks, and pest control. The regulation specifies structural requirements, emphasizing the use of approved materials for warehouses and adherence to building codes. Additionally, it mandates rigorous environmental controls, including temperature and humidity management, as well as pest extermination programs. Fire prevention strategies are detailed, requiring specific sprinkler systems and fire department approvals. Facility management expectations include sound housekeeping, repair standards, and evidence of responsible operational practices. The document emphasizes security measures—such as robust locking systems and surveillance—while outlining requirements for the submission of flood hazard assessments and evaluation of adjacent operations. Finally, it describes conditions for temporary approvals of storage facilities when critical needs arise, ensuring comprehensive oversight for facilities that transport personal property. This regulation serves to safeguard the quality and security of government-related transportation and storage operations, reflecting the essential standards contractors must meet for federal and state procurement processes.
    The document is a Pre-Award Survey form designed to evaluate a contractor's or carrier's facilities for storing household goods. It must be completed in duplicate for each storage location, with one copy retained by the responsible authority and the other given to the contractor. Key information collected includes the firm's name, address, operating executive, contact details, storage location, and facility specifications related to fire protection, security, and climate control. The survey addresses fire safety measures, maintenance of equipment, pest control programs, building construction details, and potential hazards. Additionally, it examines the adequacy of fire extinguishers, emergency plans, and housekeeping practices. The document concludes with certifications from the inspecting officer, warehouseman, and contracting officer regarding the accuracy of the information and the condition of the facilities. This survey serves as a critical assessment tool within the scope of federal contracts and grants, ensuring that storage facilities meet safety standards and are suitable for government use.
    The Defense Transportation Regulation – Part IV outlines the guidelines for conducting warehouse inspections for the Department of Defense (DoD) personal property shipments. This document serves as a comprehensive instruction manual detailing requirements for the on-site evaluation of approved commercial storage facilities. The inspections aim to ensure compliance with safety and security measures, fire detection systems, documentation accuracy, and appropriate storage practices. The DD Form 1812, Warehouse Inspection Report, is utilized to document findings, which include various quality control point ratings for deficiencies observed during the inspections. The inspections are performed periodically, aiming for both initial approval and ongoing evaluations of warehouse facilities, especially for those located outside the Continental United States (OCONUS). Depending on the severity of deficiencies identified, warehouses may receive ratings ranging from A (no deficiencies) to E (disqualified). Action may entail corrective measures, non-use status, or disqualification from the DoD storage program. This guide reinforces the importance of maintaining stringent standards within DoD-related storage and logistics operations, emphasizing the need for regular scrutiny to safeguard government assets and ensure operational integrity within federal transportation requirements.
    The Facility Inspection Report (DD Form 1812) is a comprehensive evaluation tool used to assess service providers' adherence to operational, safety, and regulatory standards in storage and handling practices. The inspection includes critical details such as the date of inspection, service provider information, and the status of their contracts. The report outlines various categories for observation, including unauthorized equipment use, improper storage methods, and fire prevention deficiencies, with discrepancies rated by severity. Inspections must include documentation of any observed deficiencies, corrective actions required, and deadlines for compliance. Items marked with an asterisk indicate serious violations that could result in the interruption of services. The report is essential for maintaining accountability and ensuring that facilities meet federal standards, ultimately safeguarding operational integrity and compliance across government contracts. It is designed for use by inspection agencies and provides a structured format for monitoring service quality and prompt resolution of issues.
    The document provides historical data on the variance in quantities related to military logistics, specifically detailing the movement of goods categorized under three schedules (I, II, and III) from 2020 to 2024. The numbers illustrate fluctuations in operational tonnage, measured in hundredweight, across the specified years, showing a noted peak in 2021 with 322 moves and the lowest in 2024, where a total of 131 moves was recorded. The data is sourced from TSgt Eric Kobylanski and highlights the trend over time while emphasizing that historical quantities are for informational purposes and are not contractually binding. This dataset is instrumental for analyzing logistical demands and planning in line with federal RFPs and grant applications, reflecting the government's continual need for efficiency and responsiveness in procurement processes within military operations.
    The document FA558725R0095 outlines various clauses incorporated by reference as part of federal contracting and grant management procedures. It includes stipulations for contractor responsibilities, compliance with regulations, employee rights, and reporting requirements across multiple sections. Key themes involve safeguarding covered defense information, contractor training for antiterrorism, adherence to labor laws, and bans on certain telecommunications and business operations, particularly targeting issues related to the Maduro regime and child labor. The document specifies necessary clauses to be included in contracts, regulations related to financial operations and environmental concerns, and the procedures for maintaining compliance during crises. Highlighted clauses encompass contractor liability, essential contractor services, and various representations and certifications that offerors must meet when submitting proposals. In essence, this document serves as a comprehensive guideline for federal contractors on compliance with regulatory standards and operational best practices, reinforcing accountability and safeguarding both government and public interests in procurement processes.
    The document is a combined synopsis/solicitation (FA558725R0095) for DPM packing and containerization services at RAF Lakenheath. The U.S. Air Force's 48th Contracting Squadron seeks quotes for the movement of personal property for Department of Defense personnel throughout the UK, covering various service installations. The contract encompasses pre-move surveys, packing, and intra-city transportation, structured into three schedules for different types of moves (outbound PCS, inbound PCS, and local moves). The solicitation is issued under FAR Parts 12 and 13, categorized under NAICS code 488991, and establishes a general deadline for responses by January 21, 2024. The contract, anticipated to be a single award IDIQ over five years (April 1, 2025, to May 30, 2029), requires technical and pricing submissions via electronic formats. Offerors must demonstrate past experience and provide a detailed Mission Essential Plan highlighting personnel and operational continuity during emergencies. Evaluation will emphasize the lowest priced technically acceptable (LPTA) offers, stipulated for thorough compliance with required guidelines, ensuring credible pricing, technical acceptability, and a clear understanding of contract obligations. The deadline for inquiries is January 23, 2024. This solicitation reflects essential contractor services supporting military missions, adhering to strict compliance standards in government procurement processes.
    The document FA558725R0095 outlines a combined synopsis/solicitation for DPM Packing and Containerization services required by the 48th Contracting Squadron at RAF Lakenheath. The services involve the packing and shipping of personnel belongings for DoD members across various Royal Air Force installations in the UK, categorized into three schedules: outbound, inbound, and local moves. The contract will likely be awarded as a single IDIQ with a performance period from April 2025 to May 2029. Offerors must submit their quotes by January 21, 2025, with an emphasis on a technical approach that demonstrates capability, past experience with similar projects, and a mission essential plan as outlined by DFARS. The evaluation criteria focus on the lowest price technically acceptable (LPTA) offers, where price and compliance with technical requirements are critical. Compliance with submission guidelines, including formatting and electronic submission, is mandatory. The document underscores the importance of adherence to deadlines and proper documentation to qualify for contract consideration while ensuring that all services align with Department of Defense operational needs.
    The document is a combined synopsis/solicitation (FA558725R0095) issued by the 48th Contracting Squadron at RAF Lakenheath for DPM packing and containerization services. The requirement focuses on the handling and shipping of service members’ personal property within the UK and includes various moving schedules (outbound, inbound, local). The contract has a five-year ordering period, starting April 1, 2025, and runs through March 31, 2030, with a deadline for quote submissions set for January 21, 2025. The solicitation outlines specific submission instructions, emphasizing the necessity for electronic offers to designated contacts. Offers will be evaluated based on price and technical acceptability, which includes a pre-award survey, past experience in similar contracts, and a mission-essential plan ensuring operational continuity during emergencies. Clear adherence to guidelines is mandated, with defined page limits for different proposal sections. The evaluation seeks the lowest price technically acceptable (LPTA) offer, prioritizing complete and balanced pricing. This RFP illustrates the federal government's structured approach to procure essential logistics services for military operations, aiming to ensure the efficient relocation of personnel’s belongings while adhering to regulatory and operational standards.
    The DPM Solicitation FA558725R0095 outlines clarifications regarding contract clauses and item designations pertinent to a government procurement process. The correspondence includes questions addressing discrepancies between the "Base Year" and "Ordering Periods" in contract line item numbers (CLINs). Specifically, CLIN 0029 is noted as reserved, while changes are necessary for CLINs 0003AG and 0003AH, indicating the need to designate certain containers as Contractor-Furnished to align with relevant appendices. Additionally, it points out that CLIN 0034 does not exist in the associated documentation. The communication reflects the ongoing efforts to ensure clarity and accuracy in contractual agreements, essential for correct interpretation and execution in government procurement scenarios.
    The document titled "DPM Solicitation FA558725R0095 - Questions and Answers" outlines key clarifications and responses related to the Department of Defense's (DoD) requests for proposals (RFP) concerning delivery and packing services. It addresses various inquiries about contract terms, including definitions of "Base Year," differences in Contract Line Item Numbers (CLINs), and the inclusion of government versus contractor-furnished containers. Specific responses clarify that standard operating procedures will follow established Defense Transportation Regulations (DTR) and state that certain claims processing practices (e.g. member claims involving stored goods) do not have specific stipulations beyond what is mentioned in DTR. Additional inquiries regarding pre-existing damage documentation, claim settlements, and the invoicing process with consideration to weight measurement are addressed, affirming adherence to current DTR guidelines. The document reflects the government's effort to ensure clarity and fairness in contract execution, particularly concerning service liability and claims related to moving and storage processes for military personnel and their households. Overall, the responses aim to reinforce the framework within which contractors will operate under this solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 JBER Packing and Crating Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for packing and crating services at Joint Base Elmendorf-Richardson (JBER) in Alaska, under solicitation number FA5000-24-Q-0074. The procurement is a total small business set-aside, focusing on providing essential logistics services for the transportation of personal property for Department of Defense personnel, including outbound, inbound, and intra-city moves. This contract, which spans from March 31, 2025, to December 31, 2027, emphasizes compliance with federal regulations and requires contractors to meet specific performance metrics and capabilities for handling government requirements. Interested parties can contact Charles Ramsey at charles.ramsey.8@us.af.mil or Jason P. Topick at jason.topick.1@us.af.mil for further information.
    100 LRS Modular Portable Cargo Loading Ramp
    Buyer not available
    The Department of Defense, specifically the 100th Logistical Readiness Squadron (100 LRS), is seeking proposals for a Modular Portable Cargo Loading Ramp to be delivered to RAF Mildenhall, UK. This ramp is essential for enhancing operational capabilities in offloading wheeled assets, particularly in locations where conventional cargo docks are unavailable, addressing current logistical challenges. The ramp must support a load capacity of 50 short tons, be adjustable for various vehicle wheelbases, and be transportable on a 463L pallet, with a delivery lead time of 30 days post-award. Interested contractors should submit their bids by March 12, 2025, and can direct inquiries to Jordan Goode at jordan.goode.1.gb@us.af.mil or Jordan Temple at jordan.temple.1@us.af.mil.
    V--Transportation, travel and relocation services.
    Buyer not available
    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.
    Dining Facility (DFAC) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Dining Facility (DFAC) Services at RAF Lakenheath in Suffolk, United Kingdom. The procurement involves comprehensive food service operations at the Knights Table Dining Facility and the Hot Pit Flight Kitchen, including food preparation, serving, sanitation, and waste management, while ensuring compliance with military protocols and high service standards. This contract is crucial for maintaining operational readiness and providing quality meal services to military personnel, particularly during emergencies or special events. Interested parties can reach out to Roman Pavlovich at roman.pavlovich@us.af.mil or Christopher Stallings at christopher.stallings.2@us.af.mil for further details regarding this opportunity.
    Eustis Furniture Relocation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the relocation of furniture at Joint Base Langley-Eustis in Virginia. The project involves the removal, realignment, and storage of office furniture from Building 662, ensuring minimal disruption during ongoing construction activities. This procurement is critical for optimizing office environments and maintaining operational continuity during renovations, aligning with the Air Force's objectives to enhance workplace conditions. Interested vendors must submit their quotes by March 11, 2025, at 4:00 PM EST, and can contact A1C Pedro Roldan at pedro.roldan.1@us.af.mil or MSgt Nicholas Hazelett at nicholas.hazelett@us.af.mil for further information. The contract is set aside for small businesses, and compliance with federal wage determinations is required.
    Outbound Cargo Services
    Buyer not available
    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.
    Tri-Base Area Construction Basic Ordering Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.
    WVS Storage Containers FY25
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking proposals for the leasing of storage containers at Hanscom Air Force Base in Massachusetts. The procurement involves a total of five 40-foot storage containers, with a base contract period from March 21, 2025, to August 31, 2025, and options for four additional six-month periods, ultimately requiring up to 20 containers to meet operational needs. These containers are essential for addressing capacity constraints at the facility and ensuring efficient logistics management. Interested vendors must be registered in the System for Award Management (SAM) and adhere to small business requirements, with proposals due by the specified deadline. For further inquiries, contact Ashleigh ONeal at ashleigh.oneal@us.af.mil.
    V--DPM-HOUSEHOLD GOODS
    Buyer not available
    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.
    Rental of (12) 40FT Open Side Conex Boxes
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking quotes for the rental of twelve 40-foot open side Conex boxes for equipment storage under solicitation number N3904025Q2971. The contract is a total small business set-aside, with a performance period from July 14, 2025, to July 12, 2026, and an optional extension until August 16, 2026. These Conex boxes are crucial for maintaining operational efficiency and security within the shipyard, and vendors must ensure compliance with specific delivery logistics and operational security requirements. Interested vendors must submit their proposals via email by March 31, 2025, at 08:00 AM ET, and must be registered in the System for Award Management (SAM). For further inquiries, contact David Ham at david.m.ham7.civ@us.navy.mil or call 207-994-4511.