Desert Sage disassembly and movement of equipment and furniture.
ID: W911SG25QA039Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

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

Set Aside

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

    The Department of Defense, specifically the U.S. Army at Fort Bliss, Texas, is seeking qualified contractors for a federal contract focused on the disassembly and movement of equipment and furniture for the Desert Sage Medical Home. The contract requires comprehensive services including the handling, transportation, and setup of government-owned furniture and equipment, ensuring compliance with all applicable laws and safety regulations, particularly those set by OSHA. This procurement is vital for maintaining operational efficiency within military healthcare facilities, as it involves the careful management of medical and office equipment essential for patient care and administrative functions. Interested parties, particularly women-owned small businesses, must submit their proposals by August 7, 2025, with a total contract value of approximately $34 million. For further inquiries, contact Kyana Bennett at kyana.r.bennett.civ@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil.

    Files
    Title
    Posted
    The document appears to be an operational listing related to administrative and functional roles within a governmental organization, likely focusing on various departmental needs and resources based on federal grants or Requests for Proposals (RFPs). It lists various categories, including administrative work, examinations, and office supplies, alongside corresponding values and codes. Each entry likely represents allocated budgetary figures and logistical necessities necessary for efficient operation across departments. Given the structure, the document seems to include budgetary allocations, with last revisions being made in December 2018, indicating an emphasis on financial management and resource planning. The precise figures next to each category could suggest costs related to contracts, services, or equipment that are instrumental in fulfilling RFP requirements. The overall purpose seems to align with a thorough assessment of departmental needs and associated expenditures to aid in the efficient operation and compliance with federal or state funding requirements, underscoring the importance of financial prudence and planning within government operations.
    The document appears to involve requests for proposals (RFPs) and grants relating to federal, state, and local governments. Although the content is largely unreadable due to encoding issues, it is evident that it has undergone revisions as of December 2018, indicating an ongoing process of updates and possibly indicating the need for compliance with current regulatory standards. The intended purpose seems to revolve around establishing guidelines or providing frameworks for obtaining funding or executing projects under governmental oversight. The structure likely includes sections on eligibility, application procedures, and evaluation criteria, which are common in RFP documents. Although details are obscured, the central focus remains on facilitating collaboration between government entities and external organizations to achieve specific project goals while ensuring adherence to stipulated requirements. This attention to detail is essential in maintaining transparency and accountability in government-funded initiatives.
    This document serves as an addendum to the Request for Quote (RFQ) for commercial services, adhering to FAR PART 13 and PART 12 guidelines. It outlines submission requirements, including a specific contract line item structure for quotations to be emailed by July 29, 2025. All offers must contain detailed pricing, service descriptions, Unique Entity Identifier (UEID), and acknowledgment of amendments, with a validity period of 60 days. A site visit is scheduled for July 17, 2025, at specified locations, urging bidders to assess conditions affecting cost. Questions must be submitted via email by July 21, 2025, and will be addressed in a subsequent document. Registration in the System for Award Management (SAM) is mandated for all offerors. The government aims to evaluate submissions without discussions but reserves the right to engage if necessary. Lastly, it notes that submission delays due to emergencies will be accommodated, as outlined in the original solicitation. This addendum establishes essential guidelines for vendors participating in the procurement process, ensuring compliance with regulatory standards and effective communication.
    The document outlines the requirements and details for a federal Request for Proposal (RFP) for healthcare facilities associated with the military, particularly focusing on clinics such as Clinic "A" and Clinic "B." It outlines various services needed, including pathology, radiology, physical therapy, optometry, pharmacy, and immunization expertise. Specific maintenance and hygiene features are also emphasized, such as installing new plumbing fixtures like touchless flushometers and urinals in vitrious china. The document repeatedly mentions service categories linked to behavioral health and audiology, already structured under the 11th Brigade command. The overall aim is to solicit proposals for enhancing healthcare service delivery within military facilities, ensuring compliance with operational and health standards while addressing necessary care functions. The document appears focused on ensuring high-quality services through strategic collaborations and upgrades within existing healthcare structures, contributing to the overarching mission of maintaining readiness and health within the military community.
    The document outlines specifications for various plumbing fixtures proposed for a federal or local construction project, focusing on the installation of brass faucets and cast iron sinks. Key products listed include the Devonshire line of brass faucets (model K-394-4) and Whitby cast iron sinks (model K-6710), with an emphasis on antique aesthetics for the faucets. Additionally, it mentions the inclusion of vitreous china urinals and touchless flushometer systems (model K-4989-R) for hygienic operations. The file indicates that the construction site is located at Building LCBMH2 in Desert Sage, encompassing a total area of 13,133 square feet. The last revision date is September 2023. This document serves as part of a larger initiative to procure high-quality plumbing fixtures aligned with federal standards, suggesting a focus on durability, design, and efficiency in public facilities. Proper specification in RFPs is crucial for compliance and functionality in awarded contracts.
    The Desert Sage Inventory document details the supply and distribution of various items designated for specific locations, mainly a warehouse at 11156 Edwards St. and multiple rooms in the facility at 7400 Helen of Troy. It includes a comprehensive list of furniture, office equipment, medical supplies, and facilities equipment, totaling numerous units of each item. Key items include Herman Miller workstations, exam tables, cabinets, and various chairs, all intended to equip different rooms and designated areas efficiently. The inventory emphasizes logistical planning for the distribution of essential supplies across various locations within the facility, indicating a structured preparation for operational needs. This document aligns with federal inventory management practices and emphasizes the importance of maintaining adequate supplies and equipment for enhanced functionality in government and healthcare environments.
    The GS 900 Ceiling Mount Assembly Instructions outline a technical installation process aimed at qualified personnel such as electrical engineers or technicians. The assembly comprises three boxes: 1. **Box 1:** Contains the ceiling mount swing/extension arms and includes an operating manual, installation instructions, and a hardware kit. 2. **Box 2:** Features the spacer tube, drilling template, and installation instructions, designed to accommodate ceilings ranging from 8 to 10 feet. The spacer tube can be shortened for lower ceilings if necessary. 3. **Box 3:** Holds the luminaire and mounting spacer tube. Installation requires careful steps like shortening the spacer tube to match ceiling height, securing the mounting plate, and wiring connections based on domestic or international standards. The document emphasizes the importance of the qualified installation to ensure safety and functionality. It details the assembly including connecting the luminaire and attaching various parts with precision tools. The instructions aim to provide complete guidance for efficiently installing the ceiling mount system, ensuring compliance with safety standards and operational efficacy during its use. The emphasis on utilizing professionals aligns with best practices for technical equipment installation within governmental and commercial settings.
    The document addresses inquiries regarding solicitation W911SG25QA039, detailing logistics for moving items and equipment. It confirms a comprehensive inventory of items will be provided, with the origin located at 7400 Helen of Troy Dr., El Paso, TX, and destinations including multiple sites at Fort Bliss, TX. Access to the facilities will be granted by government personnel. The scope of work and relevant building layouts will be made available. Additionally, while heavy safes requiring rigging will be listed with their weights, no specialized handling or electrician services are needed for the related equipment. Overall, the emphasis is on coordination, preparation, and ensuring compliance with the specific requirements of the move.
    The document provides assembly instructions and safety guidelines for various treadmill models, specifically the Integrity series and Club Series+. It outlines the setup process, emphasizes safety protocols, and offers preventative maintenance tips to ensure optimal operation and longevity of the machines. Key details include electrical power requirements, grounding instructions, safety clearances, and emergency stop features. The assembly section details necessary hardware, tools, and step-by-step procedures for attaching key components like uprights, consoles, and covers. Additionally, it highlights troubleshooting procedures for common issues and maintenance schedules to keep the equipment functioning effectively. Overall, the document serves as a comprehensive guide for ensuring safe usage, proper setup, and ongoing maintenance of the treadmills, aligning with standards necessary for optimal performance in various environments such as gyms and fitness facilities.
    The document serves as a user manual for the Tri W-G Motorized Parallel Bars, categorized as a Class I medical device designed for therapeutic uses, particularly muscle redevelopment and joint motion restoration. The manual details installation, safety precautions, operation, and maintenance instructions for both the standard and bariatric models. Key sections outline the receiving inspection process, uncrating, assembly, safety measures, operating conditions, and troubleshooting. Critical safety instructions emphasize the necessity of trained personnel for operation, alongside warnings against misuse, such as using the bars for gymnastics or leaving patients unattended. The manual specifies operating capacities—600 lbs for standard models and 1000 lbs for bariatric variants—and provides guidelines for positioning, power connections, and maintenance routines, including cleaning protocols. As this manual falls within the context of government grants or RFPs, it highlights compliance with healthcare standards and the need for precise operational protocols in professional medical environments to ensure user and patient safety.
    The document outlines specifications for standard motorized parallel bars intended for rehabilitation settings. It details various models with lengths ranging from 6 to 18 feet, equipped with two motors for height and width adjustments, accommodating a weight capacity of 600 lbs. Key features include fingertip controls for individual or simultaneous operation and a durable steel frame. The bars meet safety standards, including UL Classification and ISO certifications. Dimensions are specified for vertical and horizontal adjustments, with optional accessories available. Electrical requirements and non-skid matting are also mentioned, along with a ten-year limited warranty. This specification is crucial for government entities seeking bids in rehabilitation equipment acquisition, reflecting compliance with health and safety regulations, and enhancing the effectiveness of physical therapy practices.
    The document outlines the Performance Work Statement (PWS) for a Movers & Handlers contract at Fort Bliss, Texas. It aims to provide labor support for the Desert Sage Medical Home, ensuring contractors adhere to necessary standards without governmental supervision. The contractor is accountable for all personnel, equipment, and services required under the contract, which runs from August 20 to September 3, 2025. Key responsibilities include loading, unloading, and transporting furniture, ensuring compliance with relevant laws and regulations, and providing quality services that meet performance standards. Professional liability insurance is mandatory, and contractors must maintain high safety and operational standards, including OSHA compliance. Worker conduct, training, and emergency procedures are emphasized to ensure safety and professionalism. Additionally, the contractor must attend performance evaluation meetings and submit required documentation detailing labor hours and incidents. The document serves as a comprehensive guideline for contractors, emphasizing quality, accountability, and safety in executing services for military operations, reflecting the standards expected in government contracts.
    The Movers & Handlers Performance Work Statement (PWS) outlines a contract for labor support at the Desert Sage Medical Home located at Fort Bliss, Texas, scheduled for performance from August 11 to August 25, 2025. This non-personal services contract emphasizes the contractor's responsibility for providing personnel, tools, and equipment to handle moving activities while adhering to safety and quality standards, including those set by the International Office Moving Institute. The contractor must be certified and ensure its workforce complies with OSHA standards and other relevant regulations. Key responsibilities include moving and securely handling furniture, inventory management, and maintaining high safety standards. The document also specifies requirements for contractor liability insurance, employee training (including anti-terrorism and operational security), and reporting protocols for emergencies and accidents. Furthermore, it highlights the necessity for a comprehensive Quality Control Plan to ensure service quality, with regular performance evaluations by the government. Access to government facilities and adherence to established schedules are also critical components. The overarching aim of this PWS is to ensure efficient and safe moving services in compliance with federal regulations, thereby supporting military operations at Fort Bliss.
    The document pertains to a Women-Owned Small Business (WOSB) solicitation for a government contract concerning the disassembly and movement of equipment and furniture for the Desert Sage Medical Home. It includes essential contract identifiers, such as requisition numbers, contractor information, and a total award amount of USD 34 million. The contract is designed as a firm-fixed-price arrangement, detailing the quantity of work required and emphasizing that the service provided will be non-personal, without government oversight of service providers. Specific performance and delivery schedules are outlined, highlighting a contract period from August 11 to August 25, 2025, at designated government facilities. Additionally, the document incorporates various Federal Acquisition Regulation (FAR) clauses, including compliance requirements for contracting and performance. It emphasizes the importance of maintaining insurance and adhering to labor regulations for small businesses. The overall purpose of this solicitation is to enable qualified businesses, particularly women-owned entities, to bid for contracts that support government operations, thereby fostering economic opportunities in line with federal guidelines and procurement policies.
    The document outlines a solicitation for a contract aimed at providing commercial products and services, specifically associated with the Desert Sage Medical Home project. The contract, valued at $34 million, is primarily set for women-owned small businesses (WOSB) and will be managed by the U.S. Army at Fort Bliss, Texas. Key elements include the non-personal services contract for labor support during the disassembly and movement of medical equipment and furniture, with instructions for invoicing and payment through the Wide Area Workflow (WAWF) system. The solicitation highlights a price-only evaluation for bidders, emphasizing that price is the prime factor, with technical and past performance metrics being secondary. Additionally, the document incorporates various Federal Acquisition Regulation (FAR) clauses to ensure compliance with governmental policies regarding contractor responsibilities. The emphasis on WOSB participation aligns with federal goals to support economically disadvantaged businesses and promotes an inclusive contracting environment. The strategic move underlines the government's commitment to enhancing small business opportunities in federal contracting, ultimately benefiting various stakeholders involved in public health services.
    The document outlines an amendment to a government solicitation, enhancing clarity on requirements and extending the offer submission deadline by one week to August 7, 2025. It specifies that offers must acknowledge receipt of the amendment to avoid rejection. Notable changes include a revised Performance Work Statement (PWS) and an added inventory list, alongside specifications for various equipment. The amendment details modifications to delivery timelines and contract documents, characterizing it as a means to ensure comprehensive responses from offerors. The changes facilitate improved communication and provide ample time for contractors to adjust proposals, indicating the government’s commitment to transparency and thoroughness in its procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    Bridge for Biomedical Equipment Technicians
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Q702--El Paso Health Care Center IOT&A
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Paving IDIQ at Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.
    R699-- Relocation and Removal Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    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.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.