NAVAIR Moving Support Services
ID: N0042125R0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Defense, through the Naval Air Warfare Center Air Division, is soliciting proposals for Moving Support Services at Patuxent River, Maryland, under an 8(a) set-aside contract. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year duration, including one base year and four option years, focusing on the transportation, setup, and handling of office materials, furniture, and sensitive equipment, along with minor carpentry and electrical work. This contract is crucial for ensuring efficient and secure moving services within various facilities, emphasizing compliance with security protocols and effective communication. Interested contractors must submit their proposals by March 7, 2025, and can contact Joshua H. Rogers at joshua.h.rogers9.civ@us.navy.mil or 240-309-9290 for further information.

    Files
    Title
    Posted
    The document outlines a cost estimate for Moving Support Services, detailing labor categories, estimated hours, and hourly rates for both fixed and variable labor components across multiple contract years. The fixed labor categories include Program Manager, Project Manager, and Material Handler, totaling 7,720 estimated hours per year at undisclosed hourly rates. In contrast, the variable labor includes positions such as Foreman, Laborer, and Truck Driver Heavy, amounting to 12,370 estimated hours annually. The sum of total labor hours for the contract period is projected at 100,450 hours. Each labor category reflects a structured approach to budgeting for essential support functions, with no explicit financial figures provided. The primary purpose of the document is to facilitate the allocation of federal resources towards effective moving support services while ensuring compliance with government funding guidelines and standards for proposals. This anticipated expenditure framework is crucial for prospective bidders responding to the Request for Proposal (RFP) issued by the government.
    The U.S. Department of Labor's Wage Determination No. 2015-4279 outlines wage rates and benefits for contracts subject to the Service Contract Act in St. Mary's County, Maryland. It specifies minimum wage requirements based on contract dates; contracts initiated or extended after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are to pay a minimum of $12.90 per hour. The document includes occupational wage rates for various job classifications, fringe benefits, and requirements outlined in Executive Orders 14026 and 13658, as well as allowances for health and welfare, vacation, and paid sick leave. Each listed occupation has associated pay rates, and certain occupations may receive higher minimum wages. Contractors must also adhere to regulations for uniforms and conforming processes for unlisted classifications. This document is integral for compliance in federal RFPs and grants, ensuring proper compensation and support for workers in federal contracting sectors.
    The document is a Request for Information (RFI) regarding Moving Support Services, issued to clarify various aspects of an upcoming solicitation. Key points involve clarification of submission instructions, deadlines, and required documentation for potential offerors, especially relating to pricing and technical proposals. It emphasizes that the procurement is an 8(a) set-aside, meaning it is designated for vendors enrolled in the 8(a) program, with the current incumbent contractor being Accubuild Construction Inc. Responses to queries indicate there will be no requirement for certified cost and pricing data as the procurement follows FAR Part 13.5 guidelines. The government will accept electronic submissions and has indicated there will be no discussions following the receipt of proposals. The answers to the questions will subsequently be documented as amendments to the RFP to maintain transparency. Furthermore, the evaluation of proposals will be based on the lowest price technically acceptable criteria, with clarification that clerical staff won't be needed and specific documents must be included, which will be addressed in forthcoming amendments. The document outlines the government’s efforts to streamline the procurement process while clarifying substantial details necessary for preparation of submissions.
    The document outlines a federal Request for Proposal (RFP) issued by the Naval Air Systems Command (NAVAIR) for Indefinite Delivery/Indefinite Quantity (IDIQ) contract services related to moving support. This contract is set aside for competitive 8(a) businesses and encompasses five years, including one base year and four option years. The primary scope involves relocation services for personnel, furniture, and equipment, along with additional minor carpentry and electrical work. Key responsibilities include providing necessary vehicles, labor, and logistical support for moving a variety of items, ensuring proper packing, storage, and inventory management while maintaining safety and security protocols. There are strict requirements regarding security clearances for personnel, and contractors must adhere to various regulations and reporting criteria related to cybersecurity, including safeguarding controlled unclassified information. The document emphasizes the importance of following specific guidelines for procurement of materials, travel approval, and proper identification of contractor employees, as well as adherence to OPSEC measures.
    The document is an amendment to a solicitation and modification of a contract for moving support services for the Naval Air Systems Command at Patuxent River, Maryland. The primary purpose is to clarify language in the RFP, extend the solicitation duration, and include attachments regarding the anticipated level of effort and wage determination. The scope of work includes relocation of personnel and equipment, minor carpentry and electrical work, and responsibilities such as scheduling, crating, moving, and storage. The contractor is required to comply with strict security measures, ensuring that personnel are vetted and that sensitive information is protected according to federal regulations. Details include the provision of vehicles and equipment for moving tasks, conducting pre-move surveys, and adhering to operational hours. Evaluation criteria for awarding the contract will follow a lowest price technically acceptable approach, ensuring that compliance and cost-effectiveness are prioritized. Overall, the amendment reinforces the government's commitment to secure and efficient relocation services, guided by regulatory standards.
    The document outlines a government solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on providing moving support services for the Naval Air Systems Command at Patuxent River. The contractor will facilitate office relocations, minor carpentry, and electrical work, ensuring all operations are compliant with specified security and technical requirements. This contract is a competitive 8(a) set-aside with a five-year ordering period, including one base year and four option years. The service scope encompasses moving of office furniture, equipment, crating, and storage, all while maintaining an inventory in a government-provided facility. Contractors must ensure that personnel possess the necessary security clearances and are swiftly responsive to service requests. Key clauses regarding inspection, acceptance, and procurement procedures are emphasized, mandating compliance with federal regulations. The initiative reflects the government’s commitment to effective logistics management while ensuring safety and operational efficiency within a secure environment.
    This document is an amendment to a solicitation and modification of a government contract, related to solicitation number N0042125R0016. The amendment includes the removal of the Proposal Adequacy Checklist clause, addition of an RFI Log attachment, and modifications to evaluation factors in Section M. This procurement is conducted under FAR 13.5, utilizing simplified acquisition procedures for commercial services, employing a lowest price technically acceptable evaluation approach. Interested bidders must submit a comprehensive proposal package that includes a company profile, signed conforming documents, capability statements, representations and certifications, and valid pricing. The response must address several specific questions to demonstrate the bidder's capability to fulfill the requirements related to the movement of office furniture and equipment. Proposals are due by March 7, 2025, and must follow specific submission guidelines, including a maximum page limit and size restrictions for email. The guidelines also emphasize that no classified information should be submitted and that telephone inquiries will not be accepted. The solicitation aims to ensure compliance and efficient performance in the required scope of work for the government agency involved.
    The document is a solicitation for a competitive 8(a) set-aside contract for moving support services for the Naval Air Systems Command at Patuxent River. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract, structured as a Single-Award contract featuring Firm-Fixed-Price (FFP) line items, lasts five years, comprising one base year and four option years. The required services include transportation and setup for personnel, furniture, and equipment, along with minor carpentry and electrical work. Key responsibilities of the contractor involve moving office materials within various facilities, packing, crating, storage, and the safe handling of sensitive equipment. Contractors must respond to service requests promptly and maintain inventory records. Security is paramount, requiring personnel to undergo background checks and obtain necessary clearances. The procurement emphasizes maintaining clear communication and documentation regarding personnel and access to sensitive information, as well as disaster recovery in case of cybersecurity incidents. Overall, the document underscores the need for compliance with rigorous standards, showcasing the government's intent to ensure efficient and secure service provision through the contract.
    The document outlines an amendment to a government solicitation concerning the procurement of commercial services through simplified acquisition procedures, following FAR 13.5. Key updates include the establishment of evaluation criteria, a deadline for request for information (RFI), and a mandatory site visit scheduled for February 27, 2025. Interested contractors must submit proposals that include a company profile, signed forms, capability statements, representations, certifications, and valid pricing for the required level of effort. A minimum of three relevant past projects must be detailed, alongside an assessment of available financial and personnel resources. The submission guidelines stipulate a page limit and prohibit classified information. Proposals are due by March 7, 2025. This amendment emphasizes transparency in the procurement process and ensures that proposals are assessed on technical competence and pricing, aligning with the government's goals of obtaining the best value from contractor services.
    The document is a solicitation for a Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract from the Naval Air Systems Command (NAVAIR) for moving support services at Patuxent River and associated locations. The primary purpose is to facilitate the relocation of personnel, furniture, and equipment, including minor carpentry and electrical work. The contract specifies a competitive 8(a) set-aside for small businesses, with a five-year order period consisting of one base year and four optional years. Services required include packing, moving, storing, and inventorying items, as well as performing minor repairs and installations. The contractor will be responsible for all logistics, including vehicle provision and personnel background checks for security clearance. The document elaborates on the necessary technical and security requirements, obligations for inspections, and acceptance protocols. Key components of the contract include the definition of Fixed Labor and Variable Labor costs, invoicing protocols, and communication channels with designated contacts for clarity and compliance. The approach emphasizes adherence to established contracting procedures and security regulations, aimed at ensuring efficient and safe service delivery within a highly regulated military environment.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    V119--Moving & Shipping Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for moving and shipping services, specifically for the Puget Sound Medical Center in Seattle, Washington. The contract, valued at $34 million, is set aside for service-disabled veteran-owned small businesses (SDVOSB) and involves the transportation of approximately 35,000 to 40,000 pounds of equipment between the VA warehouse and the medical center, with a completion deadline of March 7, 2025. This procurement underscores the importance of logistical support in healthcare operations, ensuring that equipment is transported safely and efficiently while adhering to federal regulations. Interested contractors must register for a site visit scheduled for February 19, 2025, and can direct inquiries to Contracting Officer Derek Crockett at Derek.Crockett@va.gov or by phone at 360-816-2760 x32760.
    Moving Services for the USCG Finance Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Finance Center, is seeking a qualified moving company to facilitate the relocation of 470 employees to new office spaces in Chesapeake, Virginia. The project encompasses several phases, including pre-move planning, provision of packing materials, moving operations, and post-move cleanup, with the move scheduled for March 21-23, 2024. This procurement is critical for ensuring a smooth transition while minimizing disruptions to the Finance Center's operations, and it is set aside for small businesses under the Total Small Business Set-Aside program. Interested contractors must submit proposals that adhere to specific guidelines, including a narrative format and detailed cost estimates, with a focus on compliance with OSHA regulations and security measures. For further inquiries, potential bidders can contact Danielle Farmer at Danielle.C.Farmer@uscg.mil or Jennifer Billips at Jennifer.K.Billips@uscg.mil.
    N4019225R9002 - Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance (COMS) for Unaccompanied Housing.
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Marianas, is soliciting proposals for Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for unaccompanied housing at various military installations in Guam. The procurement aims to ensure comprehensive management, supervision, and logistical support for housing facilities, emphasizing the importance of maintaining operational effectiveness and quality living conditions for service members. This contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a maximum duration of 78 months, is set aside for small businesses under the 8(a) Business Development Program, with proposals due by February 20, 2025. Interested contractors can reach out to Roxanne Moss at roxanne.p.moss.civ@us.navy.mil or Daniel Calvo at daniel.calvo.civ@us.navy.mil for further information.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for a variety of construction tasks, including the development of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested contractors should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to ensure compliance with submission requirements.
    Sources Sought for Removal of Storage, Flooring and Furniture
    Buyer not available
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking proposals for the removal of high-density storage, raised flooring, and old furniture from Building 108 at the Washington Navy Yard. The project requires skilled labor for the efficient and orderly removal and disposal of various office furniture and equipment, adhering to safety regulations and U.S. Government standards. This initiative is crucial for maintaining a clean and organized workspace while ensuring the safe disposal of obsolete materials. Interested contractors must contact Shere Reese at shere.c.reese.civ@us.navy.mil for further details, with the project expected to be completed within a two-month timeframe following a kick-off meeting to establish methodologies and schedules.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including labor, management, and maintenance, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) structure, with a base period of one year and four optional years. The services are critical for maintaining operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to effective resource management. Interested small businesses must submit their proposals by 2:30 PM EST on March 10, 2025, and can direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or by phone at 910-451-2582.
    Commercial Industrial Services (CIS) - Safety Nets - CVN Class Ship
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for the provision and installation of nylon trunk safety nets for CVN-class ships, specifically focusing on safety compliance and operational readiness. The contract encompasses the fabrication, testing, and installation of these safety nets, which are critical for ensuring the safety of personnel aboard naval vessels, adhering to various safety standards and regulations, including NAVSEA Standard Items and OSHA requirements. Interested contractors must submit their offers by February 20, 2025, at 11 AM Pacific Time, and are encouraged to contact Edward Dean or Ricardo Barraza-Cobos for further inquiries regarding the specifications and requirements of the solicitation. The project is set to commence with delivery timelines starting from March 3, 2025, to April 11, 2025, emphasizing the importance of timely and compliant submissions.
    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.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.