Joint Personal Property Shipping Office (JPPSO) - Personal Property Movement 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.
Quick Summary
The Department of the Air Force is conducting market research via a Sources Sought notice for Personal Property Movement Services for the Joint Personal Property Shipping Office (JPPSO) at Wright-Patterson Air Force Base, OH. This effort aims to identify potential sources for a future Blanket Purchase Agreement (BPA) covering packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments for DoD personnel. Responses are due March 17, 2026, at 12:00 PM ET.
Purpose & Scope
This Sources Sought is for market research only and is not a Request for Proposals. The government seeks to understand industry capabilities for providing comprehensive personal property movement services, including:
- Packing, containerization, stenciling, weighing, and handling of Household Goods (HHG) and Unaccompanied Baggage (UB) for domestic and international shipments.
- Specific tasks like Premove Surveys, Appliance Servicing, Container Management, and Drayage.
- Ensuring all materials and containers meet specified standards.
The NAICS code for this requirement is 488911 (Packing and Crating) with a small business size standard of $34M.
Response Requirements
Interested firms must submit a capabilities package (maximum 5 pages) addressing:
- Company Information: Name, address, POC, ownership status (domestic/foreign), socio-economic status (e.g., small, 8(a), HUBZone, SDVOSB), DUNS/CAGE Code, website, manufacturer details, and proprietary data release statement.
- Capabilities: Description of facilities, services, staff, management structure, and past experience on similar projects.
- Compliance: How products meet specifications, technical compliance, and consideration of FAR 52.219-14 (Limitations on Subcontracting) and FAR 52.219-33 (Non-Manufacturer Rule). Small businesses should detail how they would achieve FAR 52.219-14 compliance if a set-aside occurs.
- Market Information: Standard warranty, recent commercial sales history, and feedback on potential small business subcontracting areas.
Contract Details & Set-Aside
This is a Sources Sought notice. A decision on a small business set-aside has not yet been made, but the Air Force is contemplating setting this acquisition aside if sufficient interest and capability from small businesses are demonstrated. All prospective contractors must be registered in the System for Award Management (SAM).
Submission Instructions
- Due Date: March 17, 2026, 12:00 PM Eastern Time.
- Submission Method: Email capabilities package to curtis.thomas.4@us.af.mil and raschelle.swindle@us.af.mil.
- Subject Line: "JPPSO BPA".
- File Types: .pdf, .doc, .docx, .xlsx, or .xls.
Key Attachments
Respondents should review the provided attachments, which detail:
- Claims and Liability Procedures (A-G6): Outlines procedures for filing and settling claims for lost or damaged property.
- Performance Work Statement (PWS): Defines the scope of work, performance standards, and special requirements.
- Contractor Documents Requirement Listings (A-G3): Specifies required data submissions (CDRL items).
- Publications and Commercial Standards (A-G2): Lists mandatory and advisory standards for materials and processes.
- Electronic Bill Payment (A-G7): Describes the eTOPS/TPPS electronic payment process.