Embedded Behavioral Health Office Furniture Move
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, MICC-FT BLISS, is soliciting proposals for the Embedded Behavioral Health Office Furniture Move at Fort Bliss, TX. This Total Small Business Set-Aside opportunity requires disassembly, relocation, and reassembly of office furniture and equipment. Proposals are due January 27, 2026, at 11:00 AM MST.
Scope of Work
The contractor will provide non-personal services for movers and handlers to relocate Government-owned furniture and equipment from Building 11282 to Building 20525 at Fort Bliss, TX. Key tasks include:
- Administering, delivering, handling, storing, turning-in, and shipping furniture.
- Disassembling and reassembling modular workstations.
- Packing and unpacking boxes (Government personnel will handle file cabinets and chests for HIPAA compliance).
- Exclusion: Automation equipment will not be moved by the contractor.
- Personnel must be able to carry furniture and climb stairs (Building 20525 is two-story with two stairwells and no elevator).
- Work quality must meet International Office Moving Institute standards.
Contract & Timeline
- Type: Solicitation for a Firm Fixed Price (FFP) contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). NAICS 484210 ($34M size standard).
- Period of Performance: January 30, 2026 – February 13, 2026.
- Proposal Due: January 27, 2026, at 11:00 AM MST.
- Published Date: January 21, 2026.
- Place of Performance: Fort Bliss, TX (11282 SGT C Thomas Street and 20525 Old Ironside Drive).
Evaluation
Award will be made to the responsible offeror whose proposal is most advantageous, based on the lowest evaluated price among proposals meeting or exceeding the acceptability standard for non-cost factors. The primary non-cost factor is "Technical Acceptable," requiring a clear demonstration of ability and understanding of the Performance Work Statement (PWS). The Government intends to evaluate and award without discussions but reserves the right to hold them.
Additional Notes
- Amendments: This solicitation has been amended to extend the due date, incorporate answers to vendor questions (RFIs/Pics), and include a Wage Determination (WD 2015-5229 Rev 28). Bidders must acknowledge receipt of all amendments.
- Clarifications: Contractors are responsible for damage beyond normal wear and tear. A furniture inventory list is available. The Prime Contractor must submit proof of professional liability insurance. All pricing must be firm fixed price.
- Submission: Quotations must be submitted via email with the subject line W911SG-26-Q-A007 to miriam.lerma.civ@army.mil and richard.s.bearden2.mil@army.mil. Quotes must be valid for a minimum of 60 calendar days.
- Site Visit: A site orientation was held on January 14, 2026.
- Registration: Offerors must be registered in SAM and provide their Unique Entity Identifier (UEID).