FDA Move and Labor Services Recompete
ID: OC-2025-121191Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified certified 8(a) small business firms to provide Move and Labor Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to assist over 14,000 personnel in the National Capital Region with various moving activities, including specialized laboratory and IT relocations, document destruction, and warehouse management. This initiative is crucial for maintaining operational efficiency and secure handling of sensitive materials within the FDA. Interested firms must submit their responses by January 23, 2025, to Sheneil Green at Sheneil.Green@fda.hhs.gov, with further details outlined in the attached Statement of Work.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a property action request form from the Department of Health and Human Services (HHS), designed to facilitate the management and disposition of government property. It outlines procedures for reporting property conditions, such as new, usable, repairable, salvageable, and scrap. The form requests essential details like the requester’s organization, location, contact information, property description including model numbers and condition codes, quantity, and costs associated with the items. Additionally, it requires signatures from various officials involved to ensure proper accountability. The form's purpose corresponds with federal guidelines to ensure efficient property management within government agencies, aligning with the broader context of federal grants, requests for proposals (RFPs), and state/local RFP processes by maintaining transparency and oversight in government property transactions. Ultimately, this standardization aids in effective resource allocation and compliance with regulations for governmental property management.
    The document outlines the requirements and responsibilities associated with various labor categories for the Move and Labor Recompete Support Services contract. It emphasizes that all contractor personnel must be U.S. citizens, security clearable, and adequately trained, with specific roles identified as "Key Personnel." Key roles include Project Manager, Program Planner, Warehouse Manager, Dock Master, and Operations Manager, each with defined minimum experience and educational requirements. The Project Manager oversees logistics and staffing, while the Program Planner coordinates office moves. Warehouse, Dock, and Operations Managers supervise material handling and document destruction processes. Labor categories also include Warehouse Laborers, Truck Drivers, and Utility Specialists, with responsibilities ranging from loading and unloading to furniture installation and maintenance. This document serves as a framework for federal contracting, ensuring that necessary qualifications and processes are in place to execute move and labor services effectively, thereby aligning with government regulations for procurement and service delivery.
    The document outlines a commitment to protect non-public information acquired from the Food and Drug Administration (FDA) in the context of employment under a specific contract. The individual signing the agreement acknowledges their responsibility to safeguard sensitive information in accordance with federal laws, including 21 U.S.C. 331(j), 21 U.S.C. 360j(c), and 18 U.S.C. 1905, which govern the confidentiality of such data. The agreement emphasizes the legal implications, including potential criminal penalties for violations. The structure includes a signature section indicating the date and the names of the employee and a witness, confirming the understanding and acceptance of these confidentiality obligations. This document is crucial in maintaining the integrity of proprietary or sensitive FDA information amid government contracts and provides a legal framework for compliance related to RFPs and grants.
    The FDA Daily Move and Labor Related Services Contract outlines the procedures for coordinating and executing office moves for FDA clients. The process begins with the client contacting the Contracting Officer’s Representative (COR), who generates a Statement of Work (SOW) and collaborates with the contractor to plan the logistics, including a site walkthrough. A detailed schedule is established at least three weeks prior to the move, covering all necessary preparations and timelines for disconnection of IT equipment, packing, and physical relocation. The contractor is responsible for delivering packing materials, and clients must manage their personal items independently to mitigate liability risks. On moving day, the contractor executes the relocation, ensuring that all safety measures are in place at both the departure and arrival locations. Following the move, a post-move service is offered to assist with any adjustments or setup required. Lastly, all moving materials are removed within one week post-move. This structured approach ensures a systematic and efficient moving process while minimizing disruptions to FDA operations.
    The FDA Move and Labor Services Menu outlines the services related to small and large office moves, defined as involving up to four personnel. Each move unit includes four hours of labor and necessary equipment, such as a moving truck, packing materials, and equipment for a successful move. The document details various office move scenarios, including relocation within the same building and between different buildings, using both modular and traditional furniture. Additionally, it specifies services for personnel moves and whiteboard installations on different wall types, with pricing structured in move unit increments. The file emphasizes that any additional tasks or services not outlined in the menu will be billed in ¼ move unit increments, and it sets expectations for the pick-up of packing crates post-move. Overall, the purpose of the document is to provide a clear and structured menu of moving services available for FDA personnel or operations, facilitating the budgeting and planning of relocation activities.
    The Food and Drug Administration (FDA) requires Move and Labor Support Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to assist over 14,000 personnel in the National Capital Region. The services include document destruction, warehouse management, and material relocation, especially for laboratory and IT spaces. The contract spans 60 months, comprised of five performance periods, with the contractor expected to provide necessary labor, equipment, and tools for various moving activities. Task orders will dictate specific performance requirements and locations, with individual tasks categorized into small or large moves. Key personnel must meet qualifications set by the FDA, and all operations are subject to strict security, safety, and compliance measures. Moreover, the contractor is responsible for maintaining effective communication and management practices throughout the contract, ensuring minimal disruption to ongoing FDA operations. This initiative highlights the government’s commitment to operational efficiency and the secure handling of sensitive materials.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FY26 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is soliciting proposals through the FY26 Broad Agency Announcement (BAA) for advanced research and development in regulatory science. This opportunity aims to acquire basic and applied research that supports regulatory science and innovation, focusing on areas such as New Approach Methodologies, Advanced Manufacturing, and Clinical Outcome Assessments, among others. The FDA's initiative is crucial for enhancing scientific knowledge that aids in protecting and promoting public health, particularly for underrepresented populations and in reducing animal testing. Interested parties, including small businesses and academic institutions, are encouraged to submit proposals by February 24, 2026, and can reach out to Ian Weiss at Ian.Weiss@fda.hhs.gov or by phone at 301-796-5728 for further information.
    FDA Data Dashboard Bridge Order
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is issuing a sole source bridge order to Salient CRGT, Inc. for the FDA Data Dashboard project. This procurement aims to support the FDA’s Division of Enforcement Systems Solutions through a limited source justification in accordance with FAR 8.405-6 requirements, utilizing the GSA MAS Schedule 54151S for Information Technology Professional Services. The services provided are critical for maintaining and enhancing the FDA's data management capabilities, ensuring effective enforcement and regulatory compliance. Interested parties can reach out to Michelle Dacanay at michelle.dacanay@fda.hhs.gov for further details regarding this opportunity.
    Irradiated Rodent Feed
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of Certified and Irradiated Rodent Diet Feed NIH-07 and NTP-2000, along with Assay Analysis, under the combined synopsis/solicitation 76F40125Q132188. This opportunity is set aside for small businesses and requires adherence to specific technical standards regarding feed irradiation, contaminant analysis, nutritional content, and facility sanitation, as outlined in the solicitation documents. The goods are essential for research purposes at the National Center for Toxicological Research (NCTR) and will be procured through a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with a guaranteed minimum of $5,000 and an estimated maximum of $350,000 over a five-year ordering period. Proposals are due by December 22, 2025, at 1:00 PM Central Time, and interested parties can contact Howard Nesmith at howard.nesmith@fda.hhs.gov or by phone at 870-543-7459 for further information.
    Washington DC Area Local Moving and Storage Services
    State, Department Of
    The Department of State is preparing to issue a Request for Proposal (RFP) for local moving and storage services in the Washington, D.C. Metropolitan area, specifically for U.S. Government employees serving overseas. The procurement will encompass a range of non-personal services including packing, crating, transportation, and storage of household effects and privately owned vehicles (POVs), with a focus on companies capable of handling large volumes and adhering to strict labor standards. This opportunity is significant for ensuring the efficient relocation and storage of government personnel's belongings, with the RFP expected to be released between December 15 and December 29, 2025. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Juan Fernandez at fernandezjm@state.gov for further inquiries.
    Digital Slide Scanner System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to acquire a Digital Slide Scanner System for the National Center for Toxicological Research (NCTR) to replace outdated equipment in its Pathology Lab. The new scanner must be capable of scanning at 20X and 40X magnifications, support brightfield and fluorescent imaging, and include features such as barcode scanning, z-stack capability, and image analysis software, while ensuring compliance with FedRAMP and FISMA standards. This system is crucial for creating digital copies of glass slides for research sharing and publications, as well as for providing quantitative data analysis. Interested vendors should note that responses are due by December 18, 2025, and can contact David Kramer at david.kramer@fda.hhs.gov or Nick Sartain at nick.sartain@fda.hhs.gov for further information.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for current and prospective FBI employees in support of the agency's global mission. The contract will span a base year of 12 months, with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rbruce@fbi.gov, with proposals due by January 14, 2026.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.