Drayage Services (Schedule I and II)
ID: FA527025Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)
Timeline
    Description

    The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base, Japan, is soliciting quotations for drayage services related to the movement and storage of personal property for military personnel. The procurement encompasses a range of services including containerization, stenciling, cooperage, and the handling of personal items, with the contract set to commence on October 1, 2025, and extend through September 30, 2030, with options for renewal. These services are critical for facilitating the logistics of Permanent Change of Station (PCS) activities, ensuring efficient and compliant relocation of military personnel and their belongings. Interested contractors must submit their quotes by July 7, 2025, and can direct inquiries to Ava J. Sabado at ava.sabado.jp@us.af.mil or by phone at 315-634-5511.

    Files
    Title
    Posted
    This document provides a Performance Work Statement (PWS) for the contractor’s responsibility in the packing, containerization, and shipment of personal property under the Direct Procurement Method (DPM) for Department of Defense personnel. The contractor is required to furnish all personnel, materials, and services necessary for the preparation of property for movement or storage, ensuring compliance with commercial standards and best practices. Key tasks include conducting pre-move surveys, weighing shipments, packing, loading, and containerization, along with the handling of appliances and the preparation of detailed inventories. The contract runs from October 1, 2025, to September 30, 2030, with specific timelines for service delivery established. Detailed guidance is also provided for the use of Government-owned containers, documentation requirements, and the necessity for quality control and assurance throughout the process. Storage regulations and drayage services completion are delineated, emphasizing responsibility for safeguarding government-owned containers and timely reporting. Additionally, the contractor is required to maintain proper insurance and comply with safety standards during operations. This work statement seeks to standardize practices associated with the shipment of personal property, optimizing the moves for military personnel while ensuring accountability, efficiency, and adherence to operational standards.
    The document FA527025Q0008 outlines numerous clauses incorporated by reference and clauses in full text relevant to federal contracts and compliance requirements. It contains key clauses addressing areas such as the responsibilities of contractors, employee rights regarding whistleblower protections, cybersecurity measures, and specific prohibitions related to telecommunications equipment and business operations with certain foreign regimes. Important elements include requirements for informing employees about their rights, compliance with antiterrorism training, and safeguarding defense information. Additionally, the document specifies conditions related to contract awards, evaluation criteria, and the significance of past performance in comparison to pricing during contract consideration. The purpose of this document is to provide essential legal frameworks and stipulations necessary for government contracting, ensuring that vendors adhere to regulations and standards necessary to protect the integrity of government operations and national security. By establishing guidelines for various aspects of contracting, it aims to promote transparency, compliance, and responsible management of government resources.
    The document outlines the contract FA5270-15-D-0010 for outbound and inbound moving services for household goods (HHG) and unaccompanied baggage for U.S. military personnel in Okinawa, Japan. The schedule details estimated costs, service requirements, and contractor responsibilities from October 1, 2015, to September 30, 2016, with projections for option years. Key services include packing, containerization, inventorying, loading, and transportation of personal effects, adhering to specific packing standards and safety regulations. The estimated total for the basic year is approximately ¥53,654,145, with a specified daily capability requirement of 250 Net Cubic Weight Tons (NCWT). Inbound services encompass the unpacking and placement of goods at service members' residences, with storage options also available. Additional charges apply for auxiliary services such as moving bulky items. The structure of the document includes detailed pricing for each service line item, compliance requirements, and potential extra charges, reflecting the comprehensive nature of military logistics and support in relocating personnel.
    The document is a solicitation attachment detailing the requirements for a Past/Present Performance Information (PPI) sheet that potential offerors must complete as part of Solicitation No. FA5270-25-Q-0008. Offerors are required to list up to three contracts relevant in scope, size, and complexity performed for U.S. government agencies, the Government of Japan, or commercial customers within the past three years. Each contract entry must include various details such as a description of services, contracting agency, contract value, period of performance, contact information for the contracting officer, and comments on contract compliance and performance. Additional emphasis is placed on demonstrating the relevance of past performance to the proposed project. The document includes sections for comments on compliance, performance issues, and the contractor's role, which can be as a prime contractor or subcontractor. This structured format aims to gather comprehensive performance data to assess the offeror’s capability and experience in relation to the upcoming contract opportunity.
    The Air Force's 18th Contracting Squadron at Kadena Air Base, Japan is collecting past performance evaluations for contractors bidding on Solicitation No. FA5270-25-Q-0008, which pertains to packing and containerization services for personal property shipments. The Past Performance Questionnaire (PPQ) seeks insights from previous customers about the contractor's service quality, timeliness, management effectiveness, and compliance with legal standards. Responses are due by July 1, 2025, to aid in evaluating the contractor's ability to fulfill the contract requirements. The questionnaire includes a rating scale from "Exceptional" to "Unsatisfactory" on various performance metrics, alongside query options regarding previous issues faced by the contractor and the likelihood of re-hiring them. The feedback gathered will contribute to official evaluation records and influence the contractor selection process. The document underscores the importance of obtaining firsthand evaluations from past clients to ensure contractors can meet the Air Force's operational standards.
    The document is a questionnaire form related to the solicitation number FA5270-25-Q-0008 issued by the 18th Contracting Squadron (18 CONS) at Kadena Air Base. It invites companies to submit inquiries regarding the solicitation, with a deadline for questions set for June 26, 2025, by 11:00 AM. The form requires respondents to specify the relevant page, section, and paragraph number pertaining to their questions. Contact information for Ava Sabado, the point of contact (POC), is provided, including email and phone details. The form emphasizes the importance of timely submissions, indicating that late questions may not be addressed. This is standard practice in government Request for Proposal (RFP) processes, ensuring transparency and clear communication between contracting authorities and potential bidders.
    The 18th Contracting Squadron of the USAF has issued a Request for Quotation (RFQ) FA527025Q0008 for drayage services at Kadena Air Base, Japan, specifically for the movement and storage of personal property related to Permanent Change of Station (PCS) activities. This solicitation is open only to local businesses registered in the System Award Management (SAM) database, and responses must be submitted by July 7, 2025. The service includes containerization, stenciling, cooperage, and handling of personal items, with performance expected over five ordering periods, starting October 1, 2025, with options for renewal for four additional years. Key details include the requirement for contractors to provide company information, pricing, and delivery timelines in their quotes, and the necessity for inspections and acceptance of services at destination points. The document outlines the main operational needs, specifications, contract clauses, and evaluation factors for award, emphasizing compliance with various regulatory frameworks. Overall, this RFQ highlights the military's need for logistical support to facilitate the movement of personnel and their belongings, indicating a focus on local engagement and efficiency in service provision.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Household Goods Packing and Crating Services in Kanagawa
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting offers for Household Goods Packing and Crating Services in Kanagawa, Japan, specifically for Camp Zama and Yokosuka Naval Base. The contractor will be responsible for providing all necessary personnel, equipment, and materials to prepare personal property for shipment, drayage, and storage, adhering to specific requirements outlined in the Performance Work Statement. This contract, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) type, has a minimum guaranteed amount of JPY 100,000 and a maximum value of JPY 450,000,000, with a base year starting April 1, 2026, and options for extension. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by January 9, 2026, with questions directed to Andrew Yi at andrew.yi@us.af.mil by December 16, 2025.
    Household Goods Packing and Crating Services in Sasebo, Japan (Sole Source Justification - Simplified Procedures for Certain Commercial Items
    Buyer not available
    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.
    DRAFT SOLICITATION HQC00226QE001
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Mobile Gantry Crane
    Buyer not available
    The Department of Defense, specifically the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking quotations for a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific technical specifications, including dimensions, safety features, and a powered hoist, with direct delivery to Misawa Air Base expected within 45 days after receipt of order. This equipment is crucial for operational efficiency at the airbase, and the solicitation is open to all qualified vendors, with quotes due by December 17, 2025, at 10:00 AM EST. Interested parties should contact Katie Kershaw or Kade Forrester for further details and clarification.
    HHG Moves
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the transportation and relocation of household goods under the project titled "HHG Moves." The procurement aims to facilitate the efficient shipment of household goods, which is essential for military personnel and their families during relocations. This service plays a critical role in ensuring smooth transitions for service members, thereby supporting operational readiness and personnel welfare. Interested contractors can reach out to Tasha Arestizabal at tasha.arestizabal@usmc.mil or by phone at 760-830-5116, or Tiffany L Hurst at tiffany.hurst@usmc.mil or 760-830-1104 for further details regarding the opportunity.
    Washington DC Area Local Moving and Storage Services
    Buyer not available
    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.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.