Packing, Containerization and Local Drayage 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 Army, MICC-FT BENNING, is conducting a Sources Sought for Packing, Containerization and Local Drayage Services for Department of Defense personnel at Fort Benning, Georgia. This market research aims to identify qualified small businesses, specifically exploring Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), or 8a set-asides. Responses are due by April 16, 2026, at 11:00 AM EST.
Purpose of Sources Sought
This notice is for informational and planning purposes only, intended to gauge interest from potential small business contractors for the Recompete Direct Procurement Method (DPM) Local Moves Contract. The U.S. Government seeks information to determine the feasibility of a set-aside acquisition. This is not a solicitation, and no contract will be awarded from this notice.
Scope of Work
The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials (except government-furnished items) for the preparation of personal property of DoD personnel. Services include packing, containerization, stenciling, weighing, drayage, and decontainerization of inbound shipments. Specific tasks encompass pre-move surveys, appliance servicing, loading, tagging, inventorying, and marking of containers. Services are to be performed within the contractor's facility and at customer residences or designated locations.
Key Requirements & Performance Standards
The Performance Work Statement (PWS) outlines requirements for adherence to specific timeframes for pickup, delivery, and containerization. Performance standards include:
- No more than 3% of total shipments incorrectly packed/loaded/containerized per month.
- No more than 5% of total shipments with validated customer complaints for untimely pickup/delivery per month.
- 98% on-time return of completed, accurate documentation to PPSO per month.
- 98% error-free invoice submission rate per month.
- Compliance with material standards (e.g., Wood Packaging Materials - WPM) and use of specific forms (DD Form 1299, PPGBL/BL, TCMD).
- Mandatory electronic payment via the Third Party Payment System (TPPS) for DPM services. Bidders must understand the invoicing procedures, required documentation, approval timelines, and payment cycles.
- Adherence to the Service Contract Act wage determinations for the specified geographic area (Russell County, AL; Chattahoochee, Harris, Marion, Muscogee Counties, GA).
Contract Details
- NAICS Code: 484210 - Used Household and Office Goods Moving
- Size Standard: $34,000,000
- Place of Performance: Fort Benning, GA 31905, United States.
Information Requested from Industry
Interested parties should provide:
- Firm name, point of contact, UEI number, CAGE code, and small business status (including SDVOSB, WOSB, 8a certifications).
- Interest in competing as a prime contractor and any subcontracting/teaming plans.
- Detailed information on previous experience for similar requirements.
- Recommendations for structuring contract requirements to facilitate small business competition.
- Suggestions for improving the approach/specifications/draft PWS/PRS.
- Identification of any factors unnecessarily restricting competition.
Submission Details & Important Notes
- Submission Deadline: Thursday, April 16, 2026, at 11:00 AM EST.
- Submission Method: Electronic submission via email to Valerie Peek (valerie.a.peek.civ@army.mil) and Jackie Peacock (jackie.d.peacock.civ@army.mil) in Microsoft Word or PDF format.
- Contact: Valerie Peek or Jackie Peacock.
- Telephone inquiries will not be accepted, and no feedback or evaluations will be provided. Not responding does not preclude future participation. Potential offerors are responsible for monitoring the Government-wide Point of Entry for future solicitations.