12TH MCD HQ SEATTLE MOVE
ID: M0026324Q1022Type: Combined Synopsis/Solicitation
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 Marine Corps, is soliciting proposals for the relocation of the 12th Marine Corps District Headquarters from Seattle, Washington, to Renton, Washington. The procurement requires comprehensive moving services, including disassembly, packing, transportation, and reassembly of office furniture and equipment, with a focus on efficiency and safety. This contract is set aside for small businesses under NAICS code 484210, with a size standard of $34 million, reflecting the government's commitment to engaging small enterprises in fulfilling its logistical needs. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Dedriene Green at dedriene.l.green.civ@usmc.mil or Starleana Brown at starleana.brown@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an inventory sheet dated 09/11/2024, listing a comprehensive range of items categorized by their descriptions and respective quantities. The inventory encompasses various office furniture, equipment, and supplies, including desks, chairs, filing cabinets, appliances, and promotional materials. Key items identified in the inventory include different sizes of desks, numerous filing cabinets, seating options like chairs and loveseats, and essential appliances such as fridges and microwaves. Additionally, the sheet covers organizational and office supplies, promotional items, and equipment for events. The document appears to be part of a federal initiative to catalog assets, potentially for upcoming RFPs, grants, or resource redistributions involving state and local entities. It emphasizes resource management and inventory control critical for efficient operations in government departments. The sheet indicates a significant quantity and variety of materials needed, suggesting a comprehensive approach towards administration or logistical planning in a government setting while ensuring transparency and accountability in managing public resources.
    The document primarily consists of repetitive entries labeled "Attachment 2 – Pictures," all dated September 11, 2024. These attachments feature images that are likely relevant to an unspecified project related to federal government RFPs, grants, or state/local RFPs. The entries suggest the existence of visual documentation—potentially detailing aspects of a project involving structures that measure 6'x4' and 12'x4'. However, the lack of specific descriptions, context, or accompanying text limits the clarity regarding the project's nature or objectives. It would typically be expected that such attachments contain critical information supporting the proposal or grant application, but here, they are underrepresented. The purpose of including these images and their relevance to the overall file is unclear, leaving significant gaps in comprehension. Thus, the document lacks substantive detail while emphasizing a visual component that would likely aid a thorough understanding of the project.
    The document pertains to the solicitation of proposals and grants within federal, state, and local government contexts, focusing primarily on funding opportunities for various projects and initiatives. It outlines key criteria and guidelines for applicants in crafting proposals that align with government objectives. The main topics include compliance with regulations, eligibility requirements, project objectives, budgeting considerations, and the importance of demonstrating the potential for community impact. The document emphasizes the necessity for applicants to provide clear, detailed information about their projects, demonstrating alignment with government priorities, particularly in areas such as infrastructure, environmental concerns, and public services. Applicants are encouraged to focus on sustainability and efficient use of resources, highlighting collaborative efforts and community engagement. This comprehensive guide serves as an essential resource for organizations seeking funding through government-sponsored programs. It aims to foster accountability, transparency, and effective project management, while encouraging innovative solutions to meet public needs and enhance community welfare.
    This document is an amendment (Amendment 0001) to a solicitation for the 12th MCD Professional Moving Services contract, identified by contract ID M0026324Q1022. It aims to address industry questions and provide updates to solicitation terms. Key changes include the addition of attachments such as an inventory sheet, photographs, and a wage determination document, alongside a new structured Table of Contents. In response to industry inquiries, key clarifications are provided: no virtual walkthrough will be conducted; the contractor is responsible for packing and moving contents from the storage container, which must remain in the container once packed. The amendment outlines that the offer deadline is not extended; however, offers must acknowledge receipt of this amendment to be considered. This is a standard process in government RFPs, facilitating transparency and compliance with procurement procedures. The amendment ensures that all potential contractors have the necessary information before submitting their offers.
    The document outlines a Request for Quote (RFQ) pertaining to the procurement of professional moving services for the 12th Marine Corps District Recruiting Station (RS) Seattle. The main objective is to relocate the headquarters from Seattle to Renton efficiently and safely. The contractor must provide comprehensive moving services, including disassembly, packing, transportation, and reassembly of office furniture and equipment. The contract is set aside for small businesses, specifically those classified under NAICS code 484210, with a size standard of $34 million. Key details include the mandatory submission of an inventory list, adherence to insurance requirements, compliance with privacy laws regarding personally identifiable information (PII), and the provision of necessary heavy lifting equipment. The performance period is tentatively scheduled for September 25-28, 2024. Additionally, a site visit is encouraged for potential bidders. The RFQ emphasizes the importance of understanding the requirements and providing competitive pricing, as well as demonstrating past performance. Proposals will be evaluated based on price, past performance, and compliance with service standards, with the intent to award a contract to the most advantageous offer for the government. Overall, this solicitation reflects the government's focus on fostering small business engagement while prioritizing quality moving services for military operations.
    Lifecycle
    Title
    Type
    12TH MCD HQ SEATTLE MOVE
    Currently viewing
    Combined Synopsis/Solicitation
    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 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.
    DACA675250002600-United States Army Corps of Engineers (USACE) seeks to lease approximately 3,703 square feet of retail space in Federal Way, Washington for an Armed Forces Career Center
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,703 square feet of retail space in Federal Way, Washington, for an Armed Forces Career Center. The government requires a fully-serviced lease for up to five years, including base rent, utilities, janitorial services, and parking, with specific location criteria outlined in the solicitation. This procurement is crucial for establishing a recruiting office that meets operational and accessibility standards, ensuring effective recruitment efforts for the Armed Forces. Interested parties must submit their proposals electronically by October 18, 2024, and can contact Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    Furniture Removal and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking contractors for a Furniture Removal and Installation project at NRC Great Lakes. The objective is to remove outdated office furniture, including aging cubicles, and to acquire, deliver, and install new replacement furniture. This procurement is crucial for maintaining an efficient and functional office environment, ensuring that the workspace meets current operational needs. Interested vendors should submit their proposals via email to john.c.lowney.civ@us.navy.mil, and for further inquiries, they can contact John Lowney at 215-697-9728.
    Public Affairs Office (PAO) Cubicle Removal, Disposal, and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking bids for the removal, disposal, and installation of office cubicles at the Nashville District Public Affairs Office in Tennessee. The contractor will be responsible for providing all necessary personnel, materials, and equipment to remove existing cubicles and install new furniture, including four 8' x 8' cubicles with features such as sit-stand electric desks and overhead storage. This procurement is part of a Firm-Fixed Price Supply Contract, which is set aside exclusively for small businesses, with the goal of awarding the contract to the lowest priced, responsive, and responsible offeror. Interested parties must submit their quotes electronically by the specified deadline and direct any questions to Kerri Broglin at kerri.d.broglin@usace.army.mil by September 17, 2024, with all work to be completed within 90 days of contract award.
    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.
    Solicitation Mooring Lines
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm fixed-price contract to supply mooring lines, specifically designed for Military Sealift Command (MSC) operations. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the provision of ten HTP-12 Rope Assemblies, each with specific characteristics including a diameter of 1/2 inch and a minimum break strength of 82,600 lbs. This contract is crucial for ensuring the availability of essential marine supplies that support military operations, with a submission deadline for quotes set for September 20, 2024, at 11:59 PM PST. Interested parties should direct inquiries to Noah Ibrahim at Noah.r.ibrahim.civ@us.navy.mil and must be registered in the System for Award Management (SAM) to participate in this procurement.
    C--P007 RELOCATION OF COMMUNICATION HUB, BLDGS 8 and 9, MARINE BARRACKS 8TH and I, WASHINGTON, DC
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking ARCHITECT/ENGINEER SERVICES for the relocation of communication hub, buildings 8 and 9, Marine Barracks 8th and I, Washington, DC. This project involves renovating the basement of Building 9 to create a new Telecommunications Equipment Room and Telecommunications Entrance Facility. It also includes relocating and routing cabling, providing electrical power/lighting, telecommunications, mechanical/HVAC, and Fire Protection systems, hazardous material abatement, and coordination with Verizon for equipment relocation. The estimated construction magnitude is between $1,000,000.00 and $5,000,000. The contract duration is 365 days.
    Fiscal Year 2025 West Coast (CONUS + Alaska & Hawaii) General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking multiple small business contractors for the Fiscal Year 2025 West Coast General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC). This procurement aims to establish contracts to support ship repair requirements at various locations on the West Coast, Alaska, and Hawaii, including tasks such as compressor overhauls, pipe renewals, and valve repairs. The services are critical for maintaining the operational readiness of the U.S. Navy's Combat Logistics Force, which provides essential supplies and support to Navy ships at sea. Interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines, and can contact Rey Estrada at amador.r.estrada.civ@us.navy.mil or Charles Reeves at charles.t.reeves7.civ@us.navy.mil for further information.
    81--BULK CONTAINERS
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking BULK CONTAINERS. These containers are typically used for packaging and packing supplies. The procurement will be set aside for Total Small Business. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.