Area Port of St. Thomas/St. John Trucking/Moving Services

SOL #: 70B03C26Q00000061Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
PROCUREMENT DIRECTORATE CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

VI

NAICS

General Freight Trucking (484110)

PSC

Other Vehicle Charter For Transportation Of Things (V129)

Set Aside

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

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Feb 19, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), specifically the Area Port of St. Thomas/St. John, is soliciting proposals for Trucking/Moving Services to facilitate the movement of documents, supplies, and equipment between various CBP locations in the U.S. Virgin Islands. This requirement is issued as a Combined Synopsis/Solicitation (RFQ), with the intent to award a Firm Fixed Price Blanket Purchase Agreement. This opportunity is a Total Small Business Set-Aside. Quotes are due by February 19, 2026, at 11:00 AM Eastern Time (Indianapolis).

Scope of Work

The primary objective is to provide efficient trucking and moving services for CBP in the U.S. Virgin Islands. This includes:

  • Picking up inbound shipments (e.g., supplies, equipment) from seaports or land-based shippers and delivering them to designated CBP offices.
  • Transporting items ranging from small boxes to record boxes weighing 200-1000 pounds.
  • Moving equipment such as copiers and computers between locations, with advanced notification.
  • Transporting items to and from the St. John office, requiring the vendor to cover barge costs.
  • Picking up packed documents/records for storage at Cyril E. King Airport or Fortress Storage.
  • Shipping records or equipment to San Juan for destruction, requiring palletization for container shipment. Key locations for these services include WICO, Cargo, AT-CET, Cyril E. King Airport, St. John, Blyden Marine Terminal, and the Main Office in St. Thomas.

Contract & Timeline

  • Contract Type: Firm Fixed Price Blanket Purchase Agreement (BPA).
  • Period of Performance: A base year plus four option years. The base year is scheduled from February 28, 2026, to February 27, 2027, with subsequent option years extending through February 27, 2031.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Applicable Regulations: The Service Contract Act (SCA) Wage Determination (WD 2015-5715, Revision 25) and Executive Order (EO) 13658 are applicable.
  • NAICS Code: 484110 General Freight Trucking, Local.
  • Response Due Date: February 19, 2026, at 11:00 AM Eastern Time (Indianapolis).
  • Published Date: February 12, 2026.

Submission & Evaluation

Offerors must email quotes to Shelly Julien, Contracting Specialist, at shelly.a.julien@cbp.dhs.gov. Quotes must include:

  • A completed Standard Form 18 (Blocks 13, 14, 15, 16a-c).
  • Pricing and proposed delivery dates.
  • A technical capability statement demonstrating capabilities related to the SOW requirements.
  • Tax Identification Number (TIN), SAM's UEI number, and complete business mailing address.
  • Contact Name, Email, and Phone. Evaluation will consider:
  • Factor 1: Management and Technical Approach (70%)
  • Factor 2: Past Performance and Specialized Experience (30%)
  • Factor 3: Price/Cost

Special Requirements

  • Offerors must be licensed to conduct business in the Virgin Islands and be registered in the System for Award Management (SAM).
  • Availability is required during regular business hours (Mon-Fri, 8am-5pm), with an estimated 50 shipments per year. Notification for shipments can range from 24 hours to same-day.
  • The vendor must possess a full-sized truck capable of carrying at least two to three pallets and a hand truck for locations without loading docks.
  • The contractor is liable for significant damages to CBP facilities.
  • Invoices must be itemized and submitted monthly electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). Confidentiality requirements (FAR Part 24) apply.

Contact Information

Primary Point of Contact: Shelly A. Julien, Contracting Specialist, shelly.a.julien@cbp.dhs.gov, 317-614-4425.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
Area Port of St. Thomas/St. John Trucking/Moving Services | GovScope