LRS Packing, Containerization and Local Drayage
ID: F2X3C85045AW01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, 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
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the 42nd Logistics Readiness Squadron at Maxwell Air Force Base in Alabama, is seeking proposals for a Packing and Crating Contract to facilitate the relocation and deployment of household goods and mission-essential items for Airmen and their families. This contract is critical for maintaining operational readiness, ensuring timely access to personal belongings and equipment, which directly impacts the morale and effectiveness of Airmen. The solicitation is set aside for small businesses, with a base performance period from May to October 2025 and optional extensions through April 2027. Interested parties must submit their proposals by April 11, 2025, and can contact Jordan Johnson at jordan.johnson.49@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 10:04 PM UTC
The document outlines key clauses relevant to federal government contracts, focusing on ethics, whistleblower protections, reporting requirements, and security provisions. It references various Federal Acquisition Regulation (FAR) clauses, including the Contractor Code of Business Ethics and Conduct (FAR 52.203-13), which emphasizes the importance of ethical conduct in government contracting. The document also highlights whistleblower protections established under the American Recovery and Reinvestment Act (FAR 52.203-15 and 52.203-17), which are applicable to specific contracts, ensuring employees can report misconduct without fear of retaliation. Reporting requirements for executive compensation and subcontract awards are detailed under FAR 52.204-10 and related clauses, aimed at transparency in government expenditures. New provisions like the prohibition on specific applications under the ByteDance regulation (FAR 52.204-27) are included, along with directives related to supply chain security (FAR 52.204-28 and 52.204-30). These clauses collectively reinforce the legal and operational framework for contractors, ensuring compliance with federal regulations and protecting government interests when working with subcontractors. This document serves to guide contractors in fulfilling their obligations under federal grants and local RFPs, while maintaining ethical standards and safeguarding sensitive information.
Mar 31, 2025, 10:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a contractor to provide packing, containerization, and local drayage services for Direct Procurement Method (DPM) personal property shipments for the Department of Defense (DoD). The contractor must supply all necessary personnel, equipment, and materials, while adhering to strict security, inspection, and reporting standards. Key responsibilities include notifying the contracting officer of personnel details, ensuring installation access, and complying with various traffic and safety regulations. The document details operational procedures, such as pre-move surveys, weighing shipments, preparation of inventories, and unpacking services. Specific instructions for handling firearms, appliance servicing, and government-furnished materials highlight the importance of maintaining compliance with federal guidelines. Critical to this work is the requirement to return all government-furnished items upon contract termination. The PWS serves as a comprehensive guide to ensuring the safe and efficient movement of personal property, with an emphasis on accountability and quality control, contributing to the DoD's logistical operations. It reflects the government’s commitment to maintaining standards in transportation services while mitigating risks associated with personal property movement.
Mar 31, 2025, 10:04 PM UTC
The document outlines the Wage Determination No. 2015-4607 under the Service Contract Act (SCA), managed by the U.S. Department of Labor. It specifies minimum wage rates and other compensation requirements for various occupations in Alabama, effective for contractors on federal service contracts. Key points include wage rates governed by Executive Orders 14026 and 13658, which mandate minimum pay of $17.75 and $13.30 per hour, respectively, based on contract timing and applicability. The accompanying wage table lists rates for specific occupations, ranging from administrative to technical roles, illustrating structured compensation based on responsibilities and expertise. Additionally, contractors must comply with fringe benefit requirements such as health and welfare contributions, vacation, sick leave, and holiday pay. The document also details procedures for classifying unlisted jobs under the SCA, signifying the importance of adhering to established pay standards. The overarching purpose is to ensure fair labor standards and protections for workers engaged in federal contracts, contributing to standardized labor practices across various sectors, thus enhancing compliance within federal RFP and grant contexts.
Mar 31, 2025, 10:04 PM UTC
The 42nd Contracting Squadron at Maxwell AFB, AL is seeking proposals for packing and crating services to support the relocation of Airmen and their families. This solicitation (F2X3C85045AW01) operates under a combined synopsis/solicitation format, exclusively for small businesses and requiring offers from entities located within 150 miles of the base. Services will cover outbound and inbound relocations and intra-city moves, with a base period from May to October 2025 and optional periods extending through April 2027. Offerors must provide a complete technical proposal demonstrating the capability to meet requirements outlined in the Performance Work Statement (PWS), along with past performance references of similar contracts, and a proposed unit pricing. Evaluation will consider technical acceptability, past performance ratings, and competitive pricing, with awards granted to the lowest priced, technically acceptable offeror. All submissions must comply with the guidance provided, and responses are due by April 11, 2025. The initiative underscores the Air Force's commitment to ensuring efficient relocation services while supporting small businesses.
Mar 31, 2025, 10:04 PM UTC
The document addresses questions and answers related to the LRS Packing, Containerization, and Local Drayage solicitation dated March 31, 2025. It primarily clarifies ambiguities regarding estimated quantities specified in the Performance Work Statement (PWS) Attachment G3. Questions raised about the correct interpretation of dual figures in quantity listings (such as 300/11.67) confirm that these should be understood as distinct quantities for different areas. Furthermore, the document indicates there is no need to report unit prices for both numbers on the PWS item line, as specific pricing instructions are provided elsewhere in the solicitation. Queries about pricing terms indicate that only base pricing is attached, and similar guidance applies regarding option periods. The anticipated award date of the contract remains undetermined. Overall, the file serves to ensure clarity and guidance for bidders participating in the solicitation process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement involves the design, fabrication, installation, and testing of a system that meets specific performance requirements, with a total of nine line items outlined in the solicitation. The project is critical for enhancing material handling capabilities at the base and is set aside exclusively for small businesses under NAICS code 333922. Proposals must be submitted by 4:00 PM EDT on April 25, 2025, with all inquiries directed to Andrew Petersen at andrew.petersen.3@us.af.mil. Interested parties are required to register for the solicitation and submit proposals through the Procurement Integrated Enterprise Environment (PIEE) platform.
Draft Solicitation - Spangdahlem Local Drayage
Buyer not available
The Department of Defense, specifically the 52nd Fighter Wing of the Air Force, is seeking feedback on a draft solicitation for local drayage services at Spangdahlem Air Base in Germany. The procurement requires contractors to manage all aspects of logistics for government-owned furnishings, including personnel, equipment, transportation, and supervision, ensuring compliance with specified timelines and quality standards. This opportunity is particularly significant as it promotes participation from women-owned, economically disadvantaged, and service-disabled veteran-owned businesses, thereby fostering diversity in federal contracting. Interested parties must submit their feedback on the draft documents by 12:00 CEST on April 16, 2025, and can direct inquiries to Camille Bowen or Angelo Minisini via the provided contact information.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
UFR#6 MXG Mobile Storage Cabinets
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of mobile storage cabinets under Request for Quotation FA480325QB019. The requirement includes a total of sixteen cabinets, each constructed of at least 12-gauge metal, with specific dimensions and load capacities to meet operational needs, emphasizing robust security features and organizational capabilities. This procurement is set aside for small businesses, with key deadlines for questions on April 7, 2025, and quotation submissions due by April 11, 2025. Interested vendors can reach out to Tonya Gibson at tonya.gibson@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further information.
1ACB, 1CD Material Handling Equipment (MHE) Redeployment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking small businesses to provide Material Handling Equipment (MHE) services at Fort Cavazos, Texas, under solicitation number W91151-25-Q-0023. The contractor will be responsible for supplying six 36K forklifts, ten flatbed trucks, and one 200-ton crane with operators to facilitate the loading, unloading, and transportation of military equipment during the redeployment period from April 21, 2025, to May 15, 2025. This procurement is crucial for ensuring efficient logistical support for military operations, emphasizing safety compliance and quality control throughout the contract duration. Interested parties must submit their quotes by April 3, 2025, and can contact Nelva March at nelva.l.march.civ@army.mil or Darnyell C Parker at darnyell.c.parker.civ@army.mil for further information.
99 CES Crane and Hoist Certification and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for crane and hoist certification and maintenance services at Nellis Air Force Base in Nevada. The contractor will be responsible for providing comprehensive management, tools, labor, and materials necessary for annual inspections, preventive maintenance, load testing, and emergency repairs of crane and hoist equipment, ensuring compliance with OSHA and ANSI standards. This procurement is critical for maintaining the operational safety and efficiency of equipment vital for Air Force logistics. Interested small businesses must submit their proposals electronically by April 7, 2025, with questions due by March 25, 2025; for further inquiries, contact Jessica Lavender at jessica.lavender.1@us.af.mil or SSgt Katherine Miller at katherine.miller.18@us.af.mil.
Kirtland Air Force Base (KAFB) Base Supply
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for base supply services at Kirtland Air Force Base (KAFB). The contractor will be responsible for providing comprehensive supply chain management services, including inventory tracking, order management, and equipment accountability, primarily at KAFB and off-site locations throughout New Mexico. This procurement is categorized as an 8(a) set-aside under NAICS code 561210, with a contract anticipated to be awarded as a firm-fixed price for one base year and four option years. Interested offerors must submit their proposals by 3:00 p.m. MDT on April 18, 2025, and are encouraged to direct any questions to the primary contact, Winter Silva, at winter.silva.1@us.af.mil or 505-853-8094.
SPRRA1-25-Q-0015/ NSN: 8145-01-079-9652/ NOUN: SHIPPING AND STORAG
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is seeking proposals for a Firm Fixed Price contract to acquire 10 units of specialized shipping and storage containers, identified by NSN: 8145-01-079-9652, for use with the UH-60 BLACKHAWK helicopter. This procurement is exclusively set aside for small businesses, emphasizing the importance of these containers in supporting military logistics and operations. Interested vendors must meet prequalification requirements and are encouraged to seek source approval for future solicitations, with the production lead time set at 540 days with First Article Testing or 360 days without it, and deliveries to be made to Texarkana, Texas. For further inquiries, potential offerors can contact Timothy Tatum at timothy.tatum@dla.mil or Wendellar Johnson at wendellar.johnson@dla.mil.
Munitions Material Handling Equipment (MMHE) Follow-on
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Munitions Material Handling Equipment (MMHE) Follow-on project under Solicitation Number FA868125R0001. This procurement aims to secure an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the production and delivery of MMHE support equipment, with an initial focus on JSM Trailer Chock Sets, to enhance munitions operations across various military bases. The selected contractor will be responsible for manufacturing, refurbishment, logistics management, and ensuring compliance with quality assurance standards, with proposals evaluated based on technical capabilities and past performance. Interested vendors must submit their proposals electronically by April 21, 2025, and direct any inquiries to Ashley Goodman at ashley.goodman.2@us.af.mil or James Barnes at james.barnes.49@us.af.mil.
Dorm Furniture Refresh
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a "Dorm Furniture Refresh" at Joint Base McGuire-Dix-Lakehurst in New Jersey. The procurement involves the supply, installation, and removal of various dormitory furniture items, including beds, wardrobes, desks, and appliances, all constructed from solid wood with a cherry finish, to enhance living conditions for military personnel. This initiative underscores the importance of maintaining quality living standards in military facilities, with a firm-fixed price contract expected to be awarded based on the lowest priced, technically acceptable offer. Interested parties must submit their quotes electronically by 2 PM EDT on April 18, 2025, to SSgt Alexander Kouba at alexander.kouba@us.af.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.