Packing & Crating
ID: FA4626-26-Q-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Packing and Crating (488991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING (V003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for packing and crating services at Malmstrom Air Force Base in Montana, under a total small business set-aside. The contractor will be responsible for providing all personnel, equipment, and materials necessary for the preparation, shipment, and storage of personal property for DoD personnel, including services such as packing, containerization, and local drayage. This contract is crucial for ensuring the efficient and secure transportation of household goods and unaccompanied baggage, with a performance period from February 1, 2026, to January 31, 2027. Interested bidders must submit their proposals by 2:00 PM MST on January 16, 2026, and direct any questions to Jennifer Lodmell or Karen V. Broughton before January 13, 2026.

    Files
    Title
    Posted
    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 document
    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.
    The document outlines a
    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.
    Lifecycle
    Title
    Type
    Packing & Crating
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Household Goods Packing and Crating Services in Kanagawa
    Dept Of Defense
    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
    Dept Of Defense
    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.
    Fuels Management Services at Malmstrom Air Force Base, MT and FE Warren Air Force Base, WY
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuels management services at Malmstrom Air Force Base in Montana and FE Warren Air Force Base in Wyoming. The procurement aims to secure bulk storage services, retail service station support, and comprehensive fuels management operations at two Government-Owned, Contractor-Operated (GOCO) facilities, ensuring safe and efficient handling of petroleum products while adhering to environmental and safety regulations. This opportunity is exclusively set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with the RFP anticipated to be released on February 26, 2026, and proposals due approximately 40 days thereafter. Interested firms should contact Carlos J. Vidro Martinez or Sonja Rocks for further information and must be registered in the System for Award Management (SAM) to submit proposals.
    Washington DC Area Local Moving and Storage Services
    State, Department Of
    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.
    PACKING,PREFORMED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of preformed packing materials. The contract requires the manufacture of packing items that meet specific material and physical requirements, including adherence to military standards and specifications, with a focus on shelf-life management. These packing materials are critical for various defense applications, ensuring the reliability and functionality of military equipment. Interested contractors must ensure compliance with the detailed specifications and submit their proposals by the new due date of November 20, 2025. For further inquiries, potential bidders can contact Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires contractors to provide all necessary labor, materials, and equipment to complete the demolition in accordance with UFC specifications, including utility disconnections, site restoration, and hazardous material management. This procurement is significant as it involves compliance with environmental regulations and safety standards, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their proposals by December 29, 2025, at 2:00 PM MST, and can direct inquiries to Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    RFP#19NP4026R003 -Shipping and Packing Solicitation
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Kathmandu, Nepal, is seeking proposals for shipping, packing, and crating services under Solicitation Number 19NP4026R003. Contractors are required to provide comprehensive storage and logistics services, including warehouse facilities that meet specific standards, with packing and unpacking to occur at client residences, Embassy facilities, or the contractor's warehouse. This procurement is vital for ensuring efficient logistics support for the Embassy's operations, with proposals due by January 5, 2026, at 5:00 PM local time, submitted exclusively via email to KTMContracts@state.gov. Interested vendors should note that complete SAM registration is required prior to award, and a 2% payment withholding applies to Nepalese service providers.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Containers, Packaging and Packing Supplies
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to provide containers, packaging, and packing supplies under a Total Small Business Set-Aside. This procurement aims to establish Blanket Purchase Agreements (BPAs) to facilitate the acquisition of these commercial items, which are essential for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, at 1:00 PM (EST) to Karin Quagliato via email at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321. The BPA will have a master dollar limit of $4,999,999 over five years, with individual calls not exceeding $250,000, and payments will be processed through Government credit cards or Wide Area Workflow (WAWF).