Area Port of St. Thomas/St. John Trucking/Moving Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, U.S. Customs and Border Protection (CBP), through its Procurement Directorate Contracting Division, is soliciting quotations for Trucking/Moving Services for the Area Port of St. Thomas/St. John, USVI. This is a Total Small Business Set-Aside for a Firm Fixed Price Blanket Purchase Agreement. The services involve moving documents, supplies, and equipment between multiple CBP locations. Quotations are due March 4, 2026, by 10:00 am Eastern Time.
Scope of Work
The contractor will provide comprehensive trucking and moving services, including:
- Picking up inbound shipments from seaports or land-based shippers (e.g., Crowley, Tropical) and delivering them to designated CBP offices.
- Handling items ranging from small boxes to several hundred record boxes (200-1000 lbs) and moving equipment like copiers and computers.
- Transporting items to and from the St. John office, potentially requiring vendor-paid barge services.
- Picking up packed documents/records for storage at CBP's warehouse or a rental unit.
- Shipping records or equipment to San Juan for destruction, often on pallets for container shipment.
- Services are required during regular business hours (Mon-Fri, 8 am-5 pm), with an estimated 50 shipments per year, often with 24-hour to same-day notification.
Contract & Timeline
- Contract Type: Firm Fixed Price Blanket Purchase Agreement (BPA).
- Period of Performance: Base year (March 9, 2026 - March 8, 2027) plus four possible option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: March 4, 2026, by 10:00 am Eastern Time.
- Published Date: February 26, 2026.
Eligibility & Submission
- Eligibility: Offerors must be licensed to conduct business in the U.S. Virgin Islands and registered in the System for Award Management (SAM). The vendor must be located within the Area Port.
- Submission: Quotations must be emailed to Shelly Julien at shelly.a.julien@cbp.dhs.gov. The email subject should reference "RFQ 70B03C26Q00000061-01".
- Required Documents: Completed Standard Form 18 (Blocks 13-16), pricing for all option years, itemized descriptions, a technical requirements capability statement, past performance and specialized experience statement, Tax Identification Number (TIN), SAM's UEI number, and complete contact information.
Evaluation
Award will be based on "Best Value" to the Government, considering the following factors:
- Factor 1: Management, Service Delivery and Responsiveness
- Factor 2: Past Performance and Specialized Experience
- Factor 3: Price/Cost
Additional Notes
- Product Service Code: V129 (Other Vehicle Charter For Transportation Of Things).
- NAICS Code: 484110 (General Freight Trucking, Local).
- Special Requirements: Vendor must have a full-sized truck capable of carrying at least two to three pallets and a hand truck. All personnel require verifiable valid IDs to enter buildings. The Service Contract Act (SCA) Wage Determination (WD) 2015-5715, Rev 25, and Executive Order (EO) 13658 are applicable. Invoices must be itemized and submitted monthly electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
- Contact: Shelly A. Julien, shelly.a.julien@cbp.dhs.gov.