The Malmstrom AFB, MT, is soliciting quotes for packing and crating services as a total small business set-aside (NAICS 488991, $34M size standard). The solicitation, RFQ FA4626-26-Q-0002, requires offerors to submit Volume I (Bid Schedule via Attachment 6), Volume II (Past Performance via Attachment 7), and Volume III (Technical Factors including warehouse inspections and proof of insurance). Proposals will be evaluated based on completeness, with Past Performance and Price weighed equally. Past performance will be assessed for recency (within three years) and relevancy to the Performance Work Statement (PWS), leading to a “Pass-Acceptable” or “Fail-Unacceptable” rating, followed by performance assessments ranging from Exceptional to Unsatisfactory. Price evaluation will determine fairness and reasonableness, with the three lowest-priced offers reviewed for completeness. The government intends to award up to three Blanket Purchase Agreements (BPAs) based on a best-value determination. Quotes are due by 2:00 PM MST on January 16, 2026, and questions by January 13, 2026, to Karen Broughton and Jennifer Lodmell. Wage Determinations 2015-5389 through 2015-6035 are applicable.
This Performance Work Statement (PWS) outlines the requirements for packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Malmstrom AFB, Montana. The contractor will provide all necessary personnel, equipment, facilities, supplies, services, and materials for preparing, shipping, and storing personal property for Department of Defense personnel. Key services include pre-move surveys, weighing, containerization, inventorying, appliance servicing, and drayage. The PWS details time requirements, documentation procedures (including specific forms and reports), container standards, marking guidelines, and storage protocols. The contract emphasizes quality control, adherence to commercial and military standards, and specific insurance requirements. The government will furnish certain containers and forms. The PWS applies to DPM domestic and international shipments, excluding Through Government Bill of Lading shipments, and outlines performance objectives and standards for timely and accurate service delivery.
The Department of the Air Force's 341st Missile Wing issued a memorandum clarifying installation perimeter access control for contractors. In accordance with AFI 31-113, the Air Force reserves the right to vet all contractors seeking base access. While the Contractor Entry Authorization List (CEAL) process remains unchanged, the installation Commander can deny access or credentials based on vetting information. Grounds for denial include suspected terrorist links, inability to verify identity, submission of fraudulent information, perceived threat of unauthorized access to sensitive data, potential misuse of credentials, criminal or dishonest history posing an unacceptable risk, prior barring from federal facilities, outstanding warrants, incarceration within the past ten years (with exceptions), convictions for serious crimes (espionage, murder, sexual assault, etc.), appearance on watch lists, firearm/explosive violations within ten years, drug offenses without substantial rehabilitation, statutory/regulatory bars to employment, or attempts to overthrow the U.S. government. Additionally, Malmstrom AFB specifically denies access to individuals with outstanding wants or warrants, sex offenders, violent offenders, those on probation, and those in pre-release programs. Questions regarding this vetting process should be directed to the contracting officer or Policy Flight Chief.
The Defense Transportation Regulation Part IV, dated December 18, 2017, outlines pre-award survey guidelines for contractors' and carriers' facilities storing personal property. These guidelines ensure adequate protection and service capability, covering structural, environmental, and security requirements. Key areas include protection from hazards, proper storage methods, and facility control with minimum lease terms. Structural materials must comply with building codes, excluding wood-frame or pole buildings due to fire risk. Environmental controls, insect and rodent programs, and good housekeeping are mandatory. Facilities must be well-maintained, with major repairs completed before approval. Management practices, financial stability, and fire prevention systems, classified by risk and weight limitations, are critical. Security measures encompass building integrity, electronic systems, reinforced windows and doors, and specific locking devices. Subcontracting is permissible with written approval. Operating authority from USDOT or state bodies is required for NTS TSPs, and flood plain reports are essential. The regulation also addresses hazardous adjoining operations, vehicle storage, temporary approvals, and personnel requirements for inspections.
This document, "Defense Transportation Regulation – Part IV," outlines the procedures for inspecting commercial warehouses storing Department of Defense (DoD) personal property. It details the use of DD Form 1812, Facility Inspection Report, as a checklist for routine, quarterly, and semi-annual inspections. The guide covers general inspection procedures, specific areas to evaluate (e.g., fire, security, structural systems, storage methods), and instructions for completing the DD Form 1812. It also defines a rating system (A-E) based on observed deficiencies, with "D" and "E" ratings leading to immediate non-use status or disqualification for severe issues like inadequate security or fire hazards. The document emphasizes the importance of these inspections in ensuring compliance with standards and protecting DoD property.
This government solicitation outlines a contract for household goods and unaccompanied baggage transportation services across seven zones (66, 73, 74, 75, 76, 77, 78) during the period of February 1, 2026, to January 31, 2027. The contract is divided into three schedules: Outbound Services (Schedule I), Inbound Services (Schedule II), and Intra-City and Intra-Area Moves (Schedule III). Services include complete packing, containerization, drayage, storage, remarking, coopering, assembly/disassembly, and handling of expensive/valuable items. Bidders must meet or exceed government-specified daily capabilities for each service area, with failure to do so resulting in a non-responsive bid. The document details estimated annual quantities for various services and emphasizes contractor capacity to meet daily requirements between 0800-1700 hours.
This document outlines the general insurance requirements for government contractors, covering workers' compensation, employer's liability, general liability, and automobile liability. Contractors must comply with federal and state workers' compensation laws, with employer's liability coverage of at least $100,000. General liability insurance must provide at least $500,000 per occurrence for bodily injury, with property damage coverage only in special cases. Automobile liability insurance needs to cover bodily injury and property damage, with minimums of $200,000 per person and $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage for vehicles operated in the United States. These requirements ensure adequate protection for all parties involved in federal, state, and local government contracts.