Moving Services
ID: 191T7025Q0004Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY ROMEWASHINGTON, DC, 20520, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

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

    The U.S. Embassy in Rome, Italy, is seeking qualified contractors to provide moving services under solicitation number 191T7025Q0004. The procurement encompasses a range of services, including packing, moving, and transporting household effects and office equipment, with a contract type of indefinite quantity and fixed price for a base year and two option years. This opportunity is crucial for ensuring the efficient relocation of government personnel and assets, adhering to local regulations and safety standards. Interested parties must submit their quotations by February 18, 2025, and are encouraged to attend a pre-quotation conference on February 6, 2025, for further details. For inquiries, contact Crystal D. Sheridan at SheridanCD@state.gov or Maria De Angelis at deangelism1@state.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Request for Quotations (RFQ) for moving and transportation services required by the U.S. Tri-Mission in Rome, Italy. It details the scope of services, including packing, moving, and transporting household effects and office equipment within government facilities and residences, while ensuring compliance with local regulations and safety standards. The contract type is an indefinite quantity with a fixed price, effective for 12 months, with options to extend for two additional years, and payments will be made in Euros without Value Added Tax due to the embassy's exemption. The contractor is responsible for providing qualified personnel, vehicles meeting Italian standards, and all necessary moving supplies. Specific tasks, such as the assembly and disassembly of items, safe handling of fragile goods, and waste management, are clearly defined. Additionally, quality assurance measures are established to address performance issues based on customer feedback, emphasizing the importance of maintaining high standards throughout the contract duration. The document serves as a detailed guideline for potential contractors interested in providing these essential services to the U.S. government in Rome, ensuring transparency and accountability in the procurement process.
    This document serves as an amendment to the solicitation related to contract number 191T7025Q0004, issued by the U.S. Tri-Mission Embassy in Rome, Italy. The amendment, effective February 10, 2025, includes updates to the Contract Line Item Numbers (CLINs) as per the revised pricing list attached. Specifically, it changes the unit of service for CLINs 0002, 1002, and 2002 from “each” to “cubic meter,” while the corresponding units for CLINs 0002A, 1002A, and 2002A are modified from “cubic meter” to “each.” Additionally, the amendment removes section 1, paragraph 1.6.8 concerning waste disposal and environmental compliance entirely. Contractors must acknowledge receipt of this amendment to maintain their submitted offers, ensuring that all terms except those amended remain unchanged. The changes are made under the authority of the Federal Acquisition Regulation (FAR). This is significant in the context of federal contracting, as it helps clarify expectations and compliance related to service units and environmental regulations prior to execution.
    This document is an amendment to solicitation number 191T7025Q0004 issued by the U.S. Tri-Mission Embassy’s GSO – Contracting Office in Rome, Italy, effective February 14, 2025. The amendment aims to confirm that contractors are compliant with Executive Order 14173, which addresses illegal discrimination and promotes merit-based opportunities. Additionally, it integrates a provision regarding compliance with federal anti-discrimination laws into Section 2 of the solicitation. Contractors are required to submit a certification of compliance before contract award, confirming that they do not conduct programs that violate these laws. This amendment ensures that any funds awarded under the contract are not utilized for initiatives that contravene the specified executive order, thereby reinforcing the government’s commitment to equity and non-discrimination in its contracting processes. All other terms and conditions of the solicitation remain unchanged, emphasizing the ongoing requirement for adherence to federal standards.
    The document outlines pricing structures for moving services under a federal contract, detailing labor, vehicle use, and various moving tasks. It specifies the cost elements associated with different services, including office moves, household effects transportation, laborer rates, and special charges for weekends and holidays. Each section identifies pricing for the base year and two option years, with a minimum order threshold of Euro 400 and a maximum of Euro 70,000 for each period. The fixed price contracts encompass a full 12-month performance period, starting from the notice to proceed date. The document emphasizes the government's estimated requirements and highlights the potential for multiple contract awards, stressing that the total work awarded to a single contractor may vary. This proposal is part of standard federal procurement practices aimed at securing reliable moving services while adhering to budget constraints and regulatory compliance related to pricing and service offerings in government contracts.
    The document outlines the pricing details for a moving services contract over three years: a base year and two option years. Each section includes a breakdown of various services offered, such as office moves, government household effects, laborer charges, and specific vehicle needs. Prices are presented in Euros, detailing unit costs for each service category across different timeframes, including regular, weekend, and holiday rates. The contract specifies minimum and maximum financial thresholds: a minimum of Euro 400.00 and a maximum of Euro 70,000.00 for each contract period. This framework aims to guide government procurement for moving services while ensuring compliance with federal and local regulations. The structured pricing format provides transparency and facilitates the contracting process by allowing potential bidders to estimate costs and commitments over the contract's duration, supporting effective budgeting and resource allocation for government operations.
    The document outlines a certification requirement for contractors and offerors engaged with the Department of State, focusing on compliance with federal anti-discrimination laws. It mandates that all contractors certify they do not operate Diversity, Equity, and Inclusion (DEI) programs that would violate these laws, affirming that such compliance is critically relevant to government payment decisions, as stated under the False Claims Act (31 U.S.C. 3729(b)(4)). The certification process involves reading the provisions, indicating compliance through checkbox options, and submitting the signed form to the designated contracting officer. This requirement reflects the government's emphasis on ensuring that contractors align with legal standards regarding non-discrimination while engaging in DEI initiatives. Completing this certification is deemed necessary for maintaining eligibility for government contracts and grants.
    The U.S. Embassy in Rome has issued a Request for Quotations (RFQ) for Moving Services under solicitation number 191T7025Q0004. Interested companies are instructed to submit their quotations by February 18, 2025, following the guidelines outlined in Section 3 of the RFQ and completing required forms, including SF-1449 and relevant pricing sections. A pre-quotation conference is scheduled for February 6, 2025, at the embassy, where potential bidders can gather additional information. Quotations must be in English and adhering to file size limits (maximum 25MB) while ensuring the use of specified formats. Additionally, companies must be registered in the System for Award Management (SAM) database before submitting their offers, as this registration is crucial for consideration. The embassy intends to award the contract based on the lowest acceptable offer without further discussions unless necessary. This RFQ reflects the U.S. government's procedure for engaging contractors for services, aiming to ensure competitive pricing and compliance with federal procurement regulations.
    The document pertains to an RFP for moving services (191T7025Q0004), highlighting several inquiries and responses related to the contract's specifics. The current contractors are Fercam and Zumstein, with an expected award date in March 2025. Subcontracting is allowed, subject to requirements outlined in the solicitation text. Questions regarding unit charges for various move services clarified that there are no minimum charges and specified units of service for different items. Important details include the requirement for all contractors to complete Section 5 of the representation and certification, regardless of their SAM.gov registration. Sensitive employee information related to payroll can be submitted with redactions. Specific logistics for the move—such as city, floor, and the need for various services—are to be referenced in the solicitation text. Overall, the document serves to clarify essential elements of the RFP, ensuring contractors are well-informed before submission.
    The document is a solicitation for moving services for the U.S. Tri-Mission in Rome, Italy. It details essential information such as the requisition number (191T7025Q0004), contact details for the issuing office, and the due date for offers, which is February 18, 2025. The solicitation was issued on January 17, 2025, and it is categorized as unrestricted, indicating that it is open to all businesses. The moving services requested are intended for the U.S. Tri-Mission in Rome, and further specifications can be found in the attached schedule. The document outlines the procedures for potential contractors to follow, including submission of invoices to the American Embassy Financial Management Center. It incorporates various Federal Acquisition Regulation (FAR) clauses and specifies that the contractor must return a signed original of the document to the issuing office. Overall, the solicitation aims to acquire professional moving services while providing a structured approach to contractor participation within federal procurement guidelines.
    Lifecycle
    Title
    Type
    Moving Services
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    MID-SIZE SUV AVAILABLE FOR IMMEDIATE DELIVERY, IN ROME, ITALY.
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Rome, Italy, is preparing to solicit bids for the supply of a mid-size SUV available for immediate delivery. This procurement aims to fulfill the transportation needs of the embassy, emphasizing the importance of timely and reliable vehicle supply for diplomatic operations. Interested vendors must ensure they are registered in the System for Award Management (SAM) prior to submitting their offers, as the contract will be awarded based on initial proposals without further discussion. For inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or Ms. Patriana Zancani at ZancaniP@state.gov, with the solicitation expected to be posted on SAM.gov when ready.
    Installation of Interior Staircase
    State, Department Of
    The U.S. Department of State is preparing to solicit proposals for the installation of an interior staircase at the U.S. Embassy in Rome, Italy. This project aims to connect two apartments within the embassy premises, requiring the contractor to provide all necessary labor, materials, and equipment for the installation. The estimated contract value ranges from $25,000 to $100,000, and the government intends to award a firm-fixed price purchase order based on initial offers without further discussion. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their proposals electronically, adhering to the specified size limits for email submissions. For further inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or by phone at +39 0646742581.
    Kitchens Fire Suppression Systems Maintenance, Rome, Italy
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Rome, Italy, is seeking qualified contractors to provide maintenance services for kitchen fire suppression systems at the Embassy and its residences throughout Rome. The procurement includes both scheduled and unscheduled maintenance, with a focus on ensuring the operational readiness and safety of these critical systems. This contract is vital for maintaining fire safety standards in U.S. government facilities, emphasizing the importance of compliance with local laws and quality assurance measures. Interested parties must register for a site visit by December 16, 2025, and submit their quotations electronically by January 13, 2026, with all submissions adhering to specified document requirements and file formats. For further inquiries, contact Crystal D. Sheridan at SheridanCD@state.gov or John A. Crisafulli at CrisafulliJA@state.gov.
    Kitchens Fire Suppression Systems Maintenance, Rome, Italy
    State, Department Of
    The U.S. Department of State is preparing to solicit bids for maintenance services of kitchen fire suppression systems at the American Embassy and residences in Rome, Italy. The contract will encompass both scheduled and unscheduled maintenance for fire suppression systems installed in six kitchens, requiring the contractor to provide managerial, administrative, and labor personnel to fulfill the contract's obligations. This maintenance is crucial for ensuring the safety and compliance of kitchen operations within the embassy facilities. Interested contractors should note that the solicitation will be published on the SAM.gov website, and they must be registered in the System for Award Management prior to submitting their proposals. For further inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or John A. Crisafulli at CrisafulliJA@state.gov.
    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.
    Rental of transit furniture for use in residential buildings
    State, Department Of
    The U.S. Embassy in Paris, France, is seeking qualified contractors for the rental of transit furniture intended for use in residential buildings of the U.S. Mission to France. The procurement involves providing furniture and hospitality kits to support approximately 90 arriving and 90 departing employees and their families annually, with a focus on quality and safety standards, including compliance with EU/US regulations. The contract will be awarded based on the lowest priced technically acceptable offer, with a base period of one year and four optional one-year extensions, and a total contract value ranging from €10,000 to €4,510,000 (VAT included). Interested parties must submit their quotations electronically by January 8, 2026, to ParisContracting@state.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    31-5005 Foreign Excess Personal Property (FEPP) Sigonella, IT
    Dept Of Defense
    The Defense Logistics Agency (DLA) is offering a 36-month term contract for the sale of Foreign Excess Personal Property (FEPP) located at DLA Disposition Services in Sigonella, Italy, under Invitation for Bids (IFB) No. 31-5005. Bidders are required to submit offers as a percentage of the estimated Original Acquisition Value of $5,000,933, with the sealed bid closing on December 15, 2025, at 1:00 p.m. EST. The FEPP includes "new," "usable," or "repairable" items sold "as-is, where-is," and the contract mandates that purchasers accept all tendered material without minimum or maximum quantity limits, while adhering to strict removal timelines and compliance with U.S. export control regulations. Interested bidders should contact Kris Smoker at kris.smoker@dla.mil or Thomas Marcum at thomas.marcum@dla.mil for further details.
    New office furniture for workspaces
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to supply, deliver, and install new office furniture for the U.S. Embassy in Paris, France, under Request for Quotations (RFQ) number 19FR6326Q0039. The procurement includes high-quality office furniture for both executive and operational uses, which must comply with European, U.S., and local building codes, safety regulations, and ergonomic standards. This initiative is crucial for enhancing the work environment at the embassy, ensuring that the furniture meets the functional and aesthetic needs of the workspace. Interested offerors must attend a pre-proposal conference on November 24, 2025, and submit their quotations electronically by December 15, 2025, with all required documentation, including a warranty of 8 years for defects and a 10-year commitment for replacement parts and repairs. For further inquiries, prospective bidders can contact Hélène Tanqueray at tanquerayh@state.gov.
    RFP#19NP4026R003 -Shipping and Packing Solicitation
    State, Department Of
    The U.S. Department of State is soliciting proposals for shipping and packing services through RFP19NP4026R003 for the U.S. Mission in Kathmandu, Nepal. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ), encompasses a range of services including packing, freight handling, forwarding, cargo storage, and customs clearance for household effects, unaccompanied air baggage, and general cargo. This procurement is vital for ensuring efficient logistics support for the mission, with a performance period of one year and a guaranteed minimum order of 10,000 lbs, up to a maximum of 150,000 lbs annually. Interested contractors should contact Sunil Pandit at pandits@state.gov or William J Miskelly at MISKELLYWJ@state.gov for further details.
    Regional Switchboard Services for U.S. Diplomatic Posts in Europe
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide Regional Switchboard Services for U.S. diplomatic posts across Europe, as outlined in Solicitation Number 19GE5026R0007. The procurement aims to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts, which will include services such as 24/7 call handling in multiple languages, emergency escalation, and comprehensive reporting. This service is critical for ensuring effective communication and support for U.S. citizens and government officials in various European locations. Interested parties must submit their offers by January 9, 2026, and direct any questions to Contract Specialist Patticha Gruenbeck by December 12, 2025, with specific email instructions provided for both submissions.