Packing and Crating Services

SOL #: FA483026Q0016Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4830 23 CONS CC
MOODY AFB, GA, 31699-1700, United States

Place of Performance

Fort Moore, GA

NAICS

Packing and Crating (488991)

PSC

Packing/Crating Services (V003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 3, 2026
2
Submission Deadline
May 3, 2026, 4:00 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 the Air Force is soliciting proposals for Packing and Crating Services for the 23d LRS/LGRDF squadron at Moody AFB, GA. This is a 100% Total Small Business Set-Aside for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The government intends to award a Firm-Fixed Price contract based on a Lowest Price Technically Acceptable (LPTA) evaluation. Responses are due May 3, 2026, at 12:00 PM EST.

Purpose and Scope

This solicitation (FA483026Q0016) seeks vendors to provide comprehensive packing and crating services for Department of Defense (DoD) personnel's personal property under the Direct Procurement Method (DPM). Services include preparation, packing, loading, containerization, tagging, inventorying, appliance servicing, marking, outbound documentation, storage, and delivery/unpacking of household goods (HHG) and unaccompanied baggage (UB). The primary areas of performance cover specific counties in Georgia and Florida. Contractors must meet a minimum daily capacity of 200 Net Hundred Weight (NCWT), with a maximum daily order limit of 600 NCWT. All work must comply with the Performance Work Statement (PWS), Defense Transportation Regulation (DTR) Part IV, Joint Travel Regulations (JTR), and Military Surface Deployment and Distribution Command (SDDC) directives.

Contract Details

  • Contract Type: Single-award IDIQ, Firm-Fixed Price (FFP) for task orders.
  • Period of Performance: A five-year ordering period, beginning September 17, 2026.
  • Set-Aside: 100% Total Small Business Set-Aside.
  • NAICS Code: 488991 (All Other Support Activities for Transportation) with a $34 million size standard.
  • Place of Performance: Specific counties in Georgia (Berrien, Brooks, Cook, Clinch, Echols, Lanier, Lowndes, Atkinson, Ben Hill, Coffee, Colquitt, Irwin, Tift, Thomas, Ware) and Florida (Hamilton, Jefferson, Lafayette, Madison, Suwannee, Taylor).
  • Payment: Electronic invoicing via U.S. Bank Syncada Third Party Payment System (TPPS) is mandatory.

Submission Requirements & Evaluation

  • Response Deadline: May 3, 2026, at 12:00 PM EST.
  • Questions Deadline: May 3, 2026, at 12:00 PM EST. Questions must be emailed to the POCs using Attachment 6.
  • Submission Format: Electronic submission only, in "bookmarked" Adobe (.pdf) for volumes and Microsoft Excel for the pricing schedule (Attachment 4).
  • Proposal Structure: Three volumes: Volume I (Price/Contract Documents), Volume II (Technical - 35 pages max), and Volume III (Past Performance - 8 pages max).
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) source selection. Factors, in order of importance, are Price, Technical Acceptability, and Past Performance. The government intends to award without negotiations, so initial quotes should contain best terms.
  • Eligibility: Offerors must be registered in SAM.gov with a Unique Entity ID (UEI).
  • Key Attachments: PWS (Attachment 1), Pricing Schedule Worksheet (Attachment 4), Certificate of Compliance with Insurance Requirement (Attachment 5), Past Performance Information (Attachment 7), and Past Performance Questionnaire (Attachment 8). Wage Determination (Attachment 3) applies.
  • Personnel Requirements: Contractor personnel must maintain at least a Tier 1 Investigation (T1/NACI) and complete Antiterrorism (AT) Level I training.
  • Insurance: Required liability coverage and cargo insurance ($50,000 per shipment minimum).

Points of Contact

People

Points of Contact

Erica T. JohnsonPRIMARY
1st Lt. Nasir SmithSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 3, 2026
Packing and Crating Services | GovScope