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
    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
    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.
    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.
    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.
    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.
    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
    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.
    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.
    2026 Beyond the Horizon Open House Maxwell AFB - Master Concessionaire
    Dept Of Defense
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Master Concessionaire Services for the 2026 Beyond the Horizon Open House and Airshow event scheduled for April 17-19, 2026. The selected contractor will have exclusive rights to sell food, non-alcoholic beverages, and novelty items to an estimated attendance of 100,000, requiring comprehensive infrastructure, management, and logistical support, while adhering to strict food safety regulations and financial controls. Interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    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).
    New Aircraft Pallets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of new all-aluminum air cargo pallets to replace the existing 463L model. This procurement aims to enhance the air cargo capability essential for military logistics, ensuring that mission-critical resources are transported with reliability and efficiency. The new pallets will maintain similar dimensions and load capacities while improving durability and operational performance, with a projected monthly requirement of 1,583 pallets. Interested parties must submit their responses to the Contractor Capability Survey by December 19, 2025, and can direct inquiries to Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil or Douglas Lindsey at douglas.lindsey@us.af.mil.
    53--PACKING MATERIAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for packing material, specifically NSN 5330014440837, under a total small business set-aside. The procurement involves an indefinite delivery contract with an estimated quantity of 53 units, to be delivered within 53 days after order placement, with a guaranteed minimum of 7 units. This packing material is crucial for various applications within military logistics, ensuring the secure transport of goods to both domestic and overseas depots. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The contract will remain active for one year or until the total order value reaches $350,000, with an anticipated three orders per year.
    FY26 Appliance Drayage Services
    Dept Of Defense
    The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base, is seeking qualified contractors to provide Appliance Drayage Services in Okinawa, Japan. The procurement involves managing the installation, removal, and replacement of appliances in Military Family Housing and dormitories, with specific service categories ranging from emergency replacements to regular installations and warehouse transfers. This opportunity is crucial for maintaining the living standards of military personnel and their families, ensuring timely and efficient appliance management. Interested contractors must respond to the Request for Information (RFI) by December 23, 2025, at 1630 JST, and submissions should be directed to Takeshi Nakamura and Rose Napolitano via email. All respondents must be registered in SAM and provide relevant company information and past performance details.
    JA Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for a three-month bridge contract related to household goods services at Twentynine Palms, California. This procurement aims to facilitate the transportation, travel, and relocation of household goods, ensuring efficient packing and crating services are provided during this interim period. The contract is crucial for maintaining operational readiness and supporting military personnel and their families during relocations. Interested parties can reach out to Tasha Arestizabal at tasha.arestizabal@usmc.mil or Patrick L. Doyle at patrick.doyle@usmc.mil for further details regarding the opportunity.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.