Moving and Storage 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 Veterans Affairs (VA), specifically the VETERANS AFFAIRS, DEPARTMENT OF / 257-NETWORK CONTRACT OFFICE 17 (36C257), is soliciting proposals for Moving and Storage Services for the Veterans Health Administration's North Texas Healthcare System (VANTXHCS) in Dallas, TX. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm-Fixed-Price with hybrid CLINs. Proposals are due February 19, 2026, at 09:00 AM CST.
Scope of Work
The contractor shall provide comprehensive moving and storage services, including temporary storage, transportation, assembly, design/layout, and disassembly for current inventory and anticipated equipment orders. Key requirements include:
- Temporary storage (100,000 sq ft, climate-controlled: 68-74 degrees).
- Relocation of existing furnishings and personal property.
- Repair or servicing of existing furnishings and disposal of surplus furnishings.
- Provision of an on-site working supervisor and an electronic work order management system.
- Standard crews (6-8 personnel) or larger crews (up to 12 personnel) as needed, with personnel wearing uniforms and presenting a professional appearance.
- Compliance with all federal, state, and local health and safety regulations.
- Availability for after-hours services (estimated 10 times per performance period).
- Proper handling and disposal of government property, installation of systems furniture, and technical training for crew members.
- Protection of government property and insurance for repairs/replacement of damaged property.
- Excludes Information Technology (IT) equipment relocation, but includes associated data lines.
Contract & Timeline
- Contract Type: Firm-Fixed-Price with hybrid CLINs.
- Period of Performance: Base Year (March 19, 2026 - March 18, 2027) plus four (4) 1-year option periods.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 493110 (Warehousing and Storage) with a size standard of $34 Million.
- Questions Due: Tuesday, February 10, 2026, 1:00 PM CST.
- Proposals Due: Thursday, February 19, 2026, 09:00 AM CST.
- Published Date: January 16, 2026.
Evaluation
Proposals will be evaluated based on Technical Capability (including contract management, warehouse location, Quality Control Plan, key personnel), Past Performance, and Price. Technical and Past Performance combined are significantly more important than Price. Offers must meet minimum solicitation requirements; alternate proposals are not accepted. Evaluation of options will consider the total price for all options.
Submission Requirements
Proposals must be submitted in two separate volumes (Volume I: Solicitation, Offer, Representations, Certifications, Technical, Price; Volume II: Redacted Technical Proposal) in PDF format. An Excel spreadsheet is allowed for the Price Schedule. Offerors must complete all required blocks and clauses with fill-ins. Failure to do so may result in ineligibility for award.
Additional Notes
This solicitation aligns with Sources Sought Notice 36C2572500881. FAR 52.212-1, 52.212-3, and 52.212-5 are attached, along with addenda. Service Contract Act Wage Determinations are provided for various counties. A Quality Control Plan (QCP) is required, and a Phase-in/Phase-out plan is needed if the incumbent contractor is not awarded.