Direct Procurement Method (DPM) Local Moves Schedules I, II, and III
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 the Army, Mission and Installation Contracting Command (MICC) Fort Campbell, is soliciting proposals for Direct Procurement Method (DPM) Local Moves Schedules I, II, and III at Fort Campbell, Kentucky. This Combined Synopsis/Solicitation (RFQ) seeks services for packing, containerization, and local drayage of personal property for Department of Defense (DoD) personnel. This opportunity is a Total Small Business Set-Aside. Quotes are due by March 24, 2026, at 3:00 P.M. CDT.
Scope of Work
This requirement covers three distinct schedules of local moving services:
- Schedule I: Outbound Moves for Fort Campbell, KY.
- Schedule II: Inbound Moves for Fort Campbell, KY.
- Schedule III: Intra-City and Intra-Area Moves for Fort Campbell, KY.
The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials necessary for preparing personal property for shipment, drayage, and/or storage. This includes pre-move surveys, weighing, packing, loading, containerization, tagging, inventorying, appliance servicing, container management, marking, storage, claims processing, and DPM delivery, unloading, and unpacking for Household Goods (HHG) and Unaccompanied Baggage (UB). Performance standards are detailed for packing, on-time pickup/delivery, documentation, invoicing, and equipment.
Contract Details
- Contract Type: Firm-Fixed-Price (RFQ utilizing FAR Part 12 for commercial services and FAR Part 13 for Simplified Acquisition Procedures).
- NAICS Code: 488991 – Packing and Crating, with a Small Business Size Standard of $34 Million.
- Period of Performance: June 1, 2026, through May 31, 2031 (5 years).
- Estimated Value: The 5-year program ceiling is $6,000,000.00, with specific maximums per schedule: Schedule I - $1,250,000.00, Schedule II - $1,250,000.00, and Schedule III - $3,500,000.00. A minimum contract value of $7,500.00 is also specified.
- Place of Performance: Fort Campbell, KY.
Submission & Evaluation
Offerors must submit quotes electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. Required submissions include a signed SF 33, completed Representations and Certifications (Section K), a completed Pricing Schedule (Attachment 9), and evidence of financial resources, organization, subcontracting limitations, and past performance. Evaluation will be based on the lowest price per schedule, considering the total overall quote price for all anticipated contract years.
Key Attachments & Requirements
- Performance Work Statement (PWS) (Attachment 01): Outlines detailed service requirements and performance metrics.
- Pricing Schedule (Attachment 09): Mandatory for bidders to populate unit and total prices for all line items.
- Contractor Documents Requirement Listings (CDRLs) (Attachment 04): Specifies 12 distinct reporting and documentation obligations.
- DPM Third Party Payment System (TPPS) (Attachment 08): Mandates electronic invoicing and payment via eTOPS/DoD TPPS.
- Claims and Liability Procedures (Attachment 07): Details processes for claims filing, substantiation, and contractor liability.
- Publications and Commercial Standards (Attachment 03): Lists mandatory and advisory technical standards.
Deadlines & Contacts
- Questions Due: March 12, 2026, by 12:00 P.M. CDT.
- Quotes Due: March 24, 2026, by 3:00 P.M. CDT.
- Contract Specialist: Audrey Seibel (audrey.n.seibel.civ@army.mil).
- Contracting Officer: Karrie Wilkerson (karrie.a.wilkerson.civ@army.mil).