RELOCATION SERVICES (VA to MS)
ID: UCTMOVEType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

General Freight Trucking, Long-Distance, Truckload (484121)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking contractors for relocation services to transport storage equipment for the Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA, to Gulfport, MS. The contractor will be responsible for dismantling, packing, and reassembling equipment, ensuring careful handling and compliance with safety and security protocols throughout the process. This relocation project is critical for maintaining operational readiness and functionality of the UCT-1, with work scheduled to commence around May 16, 2025, and conclude by August 21, 2025. Interested parties should contact Morgan Olszak at morgan.e.olszak.civ@us.navy.mil for further details and to express their interest in this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines contractor responsibilities for the relocation of storage equipment for the Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA, to Gulfport, MS. The contractor will manage various tasks, including dismantling, packing, and reassembling specified equipment, while ensuring careful handling to maintain functionality. Work must be conducted during standard hours, adhering to security and waste disposal protocols. The contractor is required to supply all necessary labor, materials, and equipment and must also implement an inventory and tracking system for effective oversight. Compliance with safety standards, certified personnel qualifications, and pre- and post-move inspections are mandatory to mitigate damage risk. The relocation project is scheduled to commence around May 16, 2025, with a completion deadline of August 21, 2025. The document serves as a formal RFP, detailing requirements and expectations for interested bidders to ensure a structured, efficient relocation aligned with government standards and protocols.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NAVSUP Aisle Saver Removal and Disposal Services
    Buyer not available
    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk is seeking qualified vendors to provide deconstruction and removal services for an Aisle Saver storage system located at Naval Station Norfolk, Virginia. The project entails the careful disassembly, transportation, and disposal of office furniture, including metal rolling filing cabinets and floor tracks, with a focus on compliance with U.S. Government regulations regarding safety and health standards. This opportunity is part of NAVSUP's commitment to maintaining organized workspaces and efficient logistical operations. Interested parties must submit their capability statements by 10:00 AM EST on March 19, 2025, to Claudette Jones at claudette.j.jones.civ@us.navy.mil, and the anticipated contract type is Firm-Fixed Price.
    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.
    Port of Gulfport S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.
    180-days Dry Cargo Time Charter w/ One 180-Day Option
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a 180-day dry cargo time charter with an option for an additional 180 days, as outlined in a presolicitation notice from the Military Sealift Command (MSC) Norfolk. This procurement aims to secure marine transportation services for the movement of cargo, which is critical for supporting naval operations and logistics. The opportunity falls under the NAICS code 483111, focusing on deep sea freight transportation, and is categorized under the PSC code V124 for marine charter services. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further details regarding the submission process and requirements.
    Eustis Furniture Relocation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the relocation of furniture at Joint Base Langley-Eustis, Virginia, under a total small business set-aside contract. The project involves the removal, protection, and storage of existing office furniture from Building 662, as well as the transportation and installation of new workplace furniture, all while ensuring compliance with safety and military standards during ongoing renovations. Interested vendors must submit their quotes by March 17, 2025, following a site visit scheduled for March 4, 2025, and are encouraged to direct inquiries to the primary contact, A1C Pedro Roldan, at pedro.roldan.1@us.af.mil or 757-225-3428. Compliance with federal wage determinations and regulations is mandatory, emphasizing the importance of equitable compensation for workers involved in the project.
    Underwater Training Targets Support Services
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified contractors to provide Underwater Training Target Support Services for the Explosive Ordnance Disposal Training and Evaluation Unit TWO (EODTEU TWO). This procurement will be structured as a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract, aimed at enhancing training capabilities in underwater environments. The solicitation is expected to be available on or around April 7, 2025, and interested vendors must ensure they are registered in the System for Award Management (SAM) database prior to award. For inquiries, potential contractors can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Mooring Capstan 2 Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to provide all necessary materials and equipment for the Static Bitt, Torsion, and Rated Load Testing of Mooring Capstan No. 2. This procurement is set aside for small businesses and aims to ensure compliance with safety regulations and testing protocols, emphasizing the importance of technical and operational integrity in the testing process. The anticipated period of performance for this contract is from September 15, 2025, to November 15, 2025, with proposals due by March 27, 2025, at 12 PM EST. Interested vendors should direct inquiries to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    Warping Capstan #5 Torsion & Rated Load Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified small businesses to provide services for the torsion and rated load testing of the No. 5 Warping Capstan. Contractors will be required to furnish all necessary materials and equipment, perform tests according to specified technical requirements, and submit detailed reports of the results. This testing is crucial for ensuring the operational integrity and safety of naval equipment, reflecting the high standards expected in government contracts. Quotes must be submitted in two volumes—technical specifications and pricing—by March 26, 2025, with the anticipated period of performance from September 15 to November 15, 2025. Interested parties should contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further information.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a Dry Cargo Voyage Charter under solicitation number N3220525R4053. This procurement aims to secure U.S. Flag, Jones Act-compliant, and ABS-certified tug and barge vessels capable of transporting at least 120 TEUs of 20-foot ISO containers, including hazardous materials, as part of the Strategic Sealift Program. The contract will be awarded as a firm-fixed-price agreement, emphasizing compliance with federal regulations, safety standards, and small business participation. Interested parties should direct inquiries to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    Warping Capstan #2 Torsion & Rated Load Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to provide torsion and rated load testing services for the No. 2 Warping Capstan. The procurement requires the contractor to supply all necessary materials and equipment to complete the testing, which is critical for ensuring the operational readiness and safety of naval equipment. The anticipated period of performance for this contract is from September 15, 2025, to November 15, 2025, with proposals due by 12:00 PM on March 26, 2025. Interested vendors must register in the System for Award Management (SAM) and adhere to strict safety and security protocols, with evaluation criteria focusing on technical specifications and delivery schedules. For further inquiries, potential bidders can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.