DPM Outbound Household Goods (HHG) Services, Andros Island, Bahamas
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, FL is preparing to solicit proposals for Outbound Household Goods (HHG) Services at the Atlantic Undersea Testing and Evaluation Center (AUTEC), Andros Island, Bahamas. This will be a Firm Fixed-Price (FFP) contract, designated as a Total Small Business Set-Aside. The solicitation is anticipated to be released on or about March 26, 2026, via SAM.gov.
Scope of Work
The contractor will provide all personnel, labor, supervision, management, equipment, supplies, and materials necessary for the preparation, packing, loading, and containerization of personal property shipments for Department of Defense (DoD) personnel. Key services include:
- Preparation of personal property for shipment, drayage, and/or storage.
- Packing, inventorying, tagging, and containerizing household goods (HHG) and unaccompanied baggage (UB).
- Preparing transportation documents, including the Transportation Control Movement Document (TCMD) and customs forms.
- Conducting pre-move surveys and weighing shipments (with constructive weight as an alternative).
- Ensuring shipments are protected from elements and theft.
- Appliance servicing, if required and approved.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Duration: One (1) year base period (June 1, 2026 – May 31, 2027), four (4) one-year option periods, and an optional 6-month extension (IAW FAR 52.217-8).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- PSC Code: V003 (Packing/Crating Services)
- NAICS Code: 484210 (General Freight Trucking, Local) with a size standard of $34M.
- Solicitation Release: On or about March 26, 2026.
- Published Date: March 12, 2026.
- Place of Performance: Andros Island, Bahamas.
Performance Standards
Key performance metrics outlined in the Draft PWS include:
- Packing/Loading/Containerization: No more than 3% of shipments incorrectly handled per month.
- On-Time Pickup/Delivery: No more than 5% validated customer complaints per month.
- Documentation: 98% on-time return of accurate documentation; 96% on-time pickup of documentation from PPSO per month.
- Invoicing: 98% error-free invoice submission rate per month.
- Facilities/Equipment: Less than three violations per quarter.
- Government-Owned Containers (GOCs): No more than 2% improperly protected per quarter; less than two failures to recoup GOCs per month.
Special Requirements
- Government-Furnished Property: The Government will provide GOCs, DD Form 1299, DD Form 1384, and weight tickets.
- Insurance: Contractor must maintain Workmen's Compensation, Comprehensive General Liability, and Cargo Insurance ($50,000.00 minimum per shipment).
- Security: Contractor employees may require Common Access Cards (CAC) and background investigations.
- Subcontracting: Not permitted without prior written approval from the Contracting Officer.
- Materials: All packing materials must be new or in sound condition and free of injurious substances.
Additional Notes
Interested parties must register with SAM.gov to download the solicitation and any amendments. No paper copies will be provided, and no mailing list will be issued. All requests for clarification from responsible interested Small Businesses must be submitted via email to Kimberley Sanders at Kimberley.A.Sanders.civ@us.navy.mil, referencing solicitation number N6883626QS036.