DPM Packing and Crating
ID: FA480926Q0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, 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 proposals for packing, containerization, and drayage services for household items under the contract titled "DPM Packing and Crating." This requirement is aimed at providing essential services for outbound, inbound, and intra-city moves for military personnel and civilian employees, with a total estimated award amount of $34 million. The contract will cover an initial performance period from January 1, 2026, to December 31, 2026, with an option for a six-month extension. Interested offerors must have an active SAM registration and submit any questions to the primary contact, Lauren Kaae, at lauren.kaae@us.af.mil by December 18, 2025, at 1:00 PM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Transportation Regulation – Part IV outlines the Performance Work Statement for packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments for Department of Defense (DoD) personnel. The contractor is responsible for providing all necessary personnel, equipment, facilities, supplies, services, and materials for the preparation of personal property for shipment, drayage, and/or storage. Key services include pre-move surveys, weighing, packing, loading, containerization, appliance servicing, inventorying, marking, storage, and delivery. The document details specific requirements for container types, marking standards, documentation, timeframes, and quality control. It also addresses government-furnished property, insurance, claims, subcontracting, and handling erroneous shipments, ensuring compliance with federal and commercial standards.
    The Defense Transportation Regulation – Part IV outlines procedures and requirements for the movement of personal property, including household goods and unaccompanied baggage, for military members and civilian employees. It details various forms and figures related to inventory, packing, container marking, and loss/damage reporting. The document mandates adherence to specific publications and commercial standards for packaging and shipping, such as ASTM and Military Standard-129, and lists required contractor documents like quality control programs and various reports. It also defines services for outbound, inbound, and intra-city/intra-area moves, covering everything from packing and drayage to storage and handling of valuable items. Finally, it establishes claims and liability procedures for lost or damaged property, including filing timelines and conditions for transferring claims to the Military Claims Office.
    The document is an Attachment 5 Price Schedule for Solicitation FA480919QA003, Seymour Johnson AFB, NC Packing and Crating services. It outlines estimated quantities and pricing for a basic year (January 1, 2026, to December 31, 2026) and a 6-month extension (January 1, 2027, to June 30, 2027) for services categorized into Outbound, Inbound, and Intra-City/Area Moves within Zone 40 (various North Carolina counties). The solicitation details a wide range of services, including complete packing and crating for household goods (HHG) and unaccompanied baggage (UB), handling of overflow and special articles, storage, container provision, remarking, coopering, assembly/disassembly, drayage, and charges for attempted pickups/deliveries. Proposers must guarantee a daily capability meeting or exceeding the Government's minimum acceptable daily capability. The document specifies various service items (e.g., Item 0001: Complete Service – Outbound (HHG), Item 0015: Complete Service – Inbound (HHG), Item 0031: Complete Service for Intra-City and Intra-Area Moves) with estimated annual quantities in NCWT (Net Cubic Weight) or 'ea' (each) for specific services. It also includes sections for proposers to insert unit prices and auto-calculate totals for the basic year, with separate pricing sections for the 6-month extension. The overall purpose is to solicit proposals for comprehensive packing, crating, and related moving services for military personnel and government employees.
    This government solicitation, identified by PIID FA480925R, concerns the procurement of Government Furnished Property (GFP), specifically focusing on custodial items. The document outlines requirements for both serially and non-serially managed property, including details for items like Government Owned Containers (GOC's), DD Form 1299s (Application for Shipment and/or Storage of Personal Property), and DD Form 1384s (Transportation Control and Movement Documents). It specifies fields for item name, description, quantity, unit of measure, unit acquisition cost, and delivery information. The contracting officer for this solicitation is Jason Endicott, with an attachment date of December 24, 2025. This document is crucial for ensuring proper management and accountability of government assets within the specified contract.
    This document is a Past Performance Questionnaire for a federal contract (FA480926Q0008) for Packing, Containerization, and Local Drayage of Direct Procurement Method Personal Property Shipments at Seymour Johnson AFB, NC. Its purpose is to evaluate an offeror's past performance to determine their capability to successfully fulfill the contract requirements. The questionnaire requests general information about the offeror, contact details of the respondent, and specific contract information, including the period of performance, contract number, and total value. It features a performance evaluation section where respondents rate the contractor as "Satisfactory," "Unsatisfactory," or "Not Applicable" across various areas such as adherence to schedules, quality control, problem-solving, and overall performance. Detailed narrative comments are required, especially for unsatisfactory ratings. The document explicitly states that past performance information will not be furnished to the offeror.
    The Mission-Essential Contractor Services Plan Template, Attachment 7 to RFP FA480926Q0008 DPM, outlines requirements for offerors to ensure continuity of essential Vehicle Barriers Maintenance and Repair (VB M&R) services at Air Force installations across the Contiguous United States during crises. Developed in accordance with DFARS Provisions 252.237-7024 and 252.237-7023, the plan mandates identifying provisions for acquiring essential personnel and resources to maintain operations for up to 30 days or until normalcy. Key elements include defining crisis declaration and plan invocation, addressing challenges like pandemics, initiating essential personnel and resources (including identification, training, and relocation), establishing alert and notification procedures, and outlining communication expectations for contractor personnel. The plan also details maintenance, review, pricing based on contract rates, and deactivation protocols upon notification from the Contracting Officer. This template is crucial for ensuring uninterrupted critical services during emergencies.
    This government solicitation, FA480926Q0008, is for Women-Owned Small Businesses (WOSB) and focuses on personal property packing and crating services for outbound, inbound, and intra-city moves. The contract, with an estimated total award amount of $34,000,000.00, includes an initial period of performance from January 1, 2026, to December 31, 2026, and an option period from January 1, 2027, to June 30, 2027. Key requirements involve packing, containerization, and drayage of household items, with detailed clauses for inspection, acceptance, and payment via Wide Area WorkFlow (WAWF). The document outlines various FAR and DFARS clauses, including those related to small business programs, labor standards, and contractor liability for loss or damage to household goods, emphasizing compliance and continuity of essential services.
    Lifecycle
    Title
    Type
    DPM Packing and Crating
    Currently viewing
    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.
    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.
    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.
    HHG Moves
    Dept Of Defense
    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.
    53--PACKING ASSORTMENT,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement of a Packing Assortment, specifically NSN 5330012931123. The contract will involve the delivery of 31 units, with an estimated total contract value of $350,000, and is expected to result in an Indefinite Delivery Contract (IDC) lasting one year or until the maximum order value is reached. These packing items are critical for various applications within military logistics, ensuring the effective sealing and protection of components during transport. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available through the DLA's online platform.
    Synopsis & Solicitation for Specialized Shipping & Storage Containers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is seeking to award a sole source contract to Hardigg Industries, LLC for the provision of specialized shipping and storage containers. The contract, identified as W912CH-25-R-0020, is a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement for a five-year term, with an estimated quantity of 198 units, although only a minimum of 15 units is guaranteed. These containers, classified under NAICS code 332439, are crucial for military logistics and storage operations, ensuring secure and efficient transport of equipment. Interested contractors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation for updates, as it will be issued electronically in the coming weeks. For further inquiries, David Joley can be contacted at david.s.joley.civ@army.mil or by phone at 571-588-9341.
    53--PACKING,PREFORMED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of preformed packing (NSN 5330011804803) under a Combined Synopsis/Solicitation notice. The contract will involve an estimated quantity of 73 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of 10 units. These packing items are crucial for various applications in hardware and abrasives, and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer listed in the solicitation document or via email at DibbsBSM@dla.mil.
    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).
    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.