Moving and Storage Services

SOL #: 36C25726Q0090Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

Dallas, TX

NAICS

General Warehousing and Storage (493110)

PSC

Miscellaneous Service And Trade Equipment (3590)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 19, 2026, 7:00 PM

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), Network Contracting Office 17, is soliciting proposals for Moving and Storage Services to support the VA North Texas Healthcare System (VANTXHCS) in Dallas, TX. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due February 19, 2026.

Scope of Work

The contractor shall provide all personnel, equipment, and facilities necessary to manage furniture and equipment inventory. Key requirements include:

  • Storage: Provision of at least 100,000 sq. ft. of climate-controlled (68-74°F) warehouse space located within a 45-minute drive of the Dallas VAMC.
  • Logistics: Transportation, receiving direct shipments from suppliers, and relocation of existing furnishings and personal property.
  • Installation: Assembly, disassembly, and design/layout of systems furniture and equipment (excluding IT equipment).
  • Maintenance & Disposal: Repairing or servicing existing furnishings and the proper disposal of surplus items.
  • Operations: Use of an electronic work order management system and provision of standard crews (6-12 personnel) with an on-site supervisor.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) with hybrid CLINs.
  • Duration: One-year base period (March 19, 2026 – March 18, 2027) plus four one-year option periods.
  • Set-Aside: SDVOSB (FAR 19.14).
  • Questions Due: February 10, 2026, 1:00 PM CST.
  • Proposals Due: February 19, 2026, 09:00 AM CST.

Evaluation

Award will be made using a best-value tradeoff process. Evaluation factors include:

  1. Technical Capability: Sub-factors include contract management, warehouse location/specifications, Quality Control Plan (QCP), and key personnel.
  2. Past Performance.
  3. Price. Technical and Past Performance factors, when combined, are significantly more important than price.

Additional Notes

Clarifications from the Q&A indicate that shared warehouse space is acceptable if government property is clearly segregated. Bidders must provide proof of warehouse location (lease, deed, or utility bill) to verify the 45-minute response radius via mileage/drive-time mapping.

People

Points of Contact

Melanie WilliamsPRIMARY

Files

Files

Download

Versions

Version 3
Solicitation
Posted: Feb 10, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 5, 2026
Version 1
Solicitation
Posted: Jan 16, 2026
View
Moving and Storage Services | GovScope