Household Goods Shipment 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.
REQUEST FOR INFORMATION ONLY! SHORT SUSPENSE: This sources sought notice is for market research purposes only. No quotes are needed. The Government is requesting a non-personnel services contract for the preparation of the personal property (including servicing of appliances) of Department of Defense personnel for shipment, drayage and/or storage and related services for the Fort Rucker, Alabama geographical Areas identified under Schedule 1 - Outbound Services, Schedule II - Inbound Services, and Schedule III - Intra-City and Intra-Area Moves.
This firm-fixed price (FFP) contract is listed under NAICS code 484210 with a size standard of $34 million and product service code (PSC) V003. Responses from both other than small businesses and small businesses of all categories are welcome. This contract is for an estimated five years (one base year plus four option years). The period of performance (POP) dates are to be determined (TBD). See Attachment 1_Performance Work Statement and the additional seven provided attachments for more details.
SHORT SUSPENSE: Please send a confirmation email to Jolene A. Granger, jolene.a.granger.civ@army.mil if you have the ability to perform this requirement by 2:00 PM CST on 16 January 2026. Within the vendor's confirmation email, vendors shall list their business categories (8a program, small business category, other than small business, etc). Capability statements or any other information is not required from vendors at this time. No questions will be answered by the Government for this sources sought notice.