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, has issued a combined synopsis/solicitation for Direct Procurement Method (DPM) Local Moves Schedules I, II, and III at Fort Campbell, Kentucky. This Total Small Business Set-Aside opportunity seeks services for packing, crating, and drayage of personal property for DoD personnel. The contract has a ceiling of $6,000,000.00 over a five-year period. Proposals are due March 24, 2026, at 3:00 PM CDT.
Opportunity Details
This is a Request for Quotes (RFQ) utilizing Revolutionary FAR Overhaul (RFO) Part 12 for the acquisition of commercial services, conducted under Simplified Acquisition Procedures (FAR Part 13). The solicitation number is W91248-26-R-A009. The primary NAICS code is 488991 (Packing and Crating) with a small business size standard of $34 million.
Scope of Work
The contractor will provide all necessary personnel, equipment, facilities, supplies, and materials for preparing personal property for shipment, drayage, and/or storage. This includes:
- 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. Services encompass premove surveys, weighing, packing, loading, containerization, tagging, inventorying, appliance servicing, container management, marking, storage, drayage, claims processing, and DPM delivery, unloading, and unpacking for Household Goods (HHG) and Unaccompanied Baggage (UB). Performance standards include strict metrics for packing quality, on-time pickup/delivery, documentation accuracy, and invoicing.
Contract & Performance
- Contract Type: Firm-Fixed-Price.
- Period of Performance: June 1, 2026, through May 31, 2031 (5 years).
- Estimated Value: Minimum $7,500.00; Maximum $6,000,000.00. Specific maximums per schedule are: Schedule I - $1,250,000.00, Schedule II - $1,250,000.00, Schedule III - $3,500,000.00.
- Place of Performance: Fort Campbell, KY, and contractor facilities.
- Payment System: Contractors must use the Web-Enabled Transportation Operational Personal Property Standard System (eTOPS) via the DoD Third Party Payment System (TPPS) for electronic invoicing and payments.
- Documentation: Contractors are required to submit various Contract Data Requirements Lists (CDRLs), including quality control programs, weight tickets, and monthly metrics reports.
Submission & Evaluation
Quotes must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. Required submissions include:
- Signed SF 33 with offeror details and total quote price.
- Completed Representations and Certifications (Section K) or SAM records.
- Completed Pricing Schedule (Attachment 09) with unit and total pricing for all line items across Schedules I, II, and III.
- Evidence of financial resources, organization and execution capabilities, limitations on subcontracting, and a satisfactory performance record/work experience. Evaluation will be based on the lowest price per schedule, considering the total overall quote price for all anticipated contract years, in accordance with FAR Part 13 Simplified Acquisition Procedures.
Key Dates & Contacts
- Questions Due: March 12, 2026, by 12:00 PM CDT.
- Proposal Due: March 24, 2026, by 3:00 PM CDT.
- Contract Specialist: Audrey Seibel (audrey.n.seibel.civ@army.mil)
- Contracting Officer: Karrie Wilkerson (karrie.a.wilkerson.civ@army.mil)