Packing, Containerization and Local Drayage Service
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's MICC-Fort Benning is soliciting proposals for Packing, Containerization, and Local Drayage Services to support Fort Benning soldiers in Fort Benning, GA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm Fixed-Price contract. Proposals are due May 29, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide comprehensive transportation and logistics support services, including preparation, packing, loading, and containerization for local moves of DoD personnel's personal property and household goods (HHG). Services encompass:
- Outbound Services: Pre-move surveys, disassembly, packing, inventorying, tagging, wrapping, bracing, weighing, marking, and loading, including containerization.
- Inbound Services: Drayage, decontainerization, unpacking, appliance servicing, assembly, and debris removal.
- Intra-City and Intra-Area Moves: Complete services for local moves.
- Specialized Services: Handling of expensive/valuable items, storage (though Storage In Transit (SIT) is not authorized), container provision, remarking, coopering, assembly/disassembly, and drayage beyond the contract area.
- Performance Standards: Strict metrics for packing accuracy, timely pickup/delivery, documentation, invoicing, and facility/equipment maintenance.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: March 1, 2026, to February 28, 2031.
- NAICS Code: 484210 (Used Household and Commercial Goods Moving) with a $34,000,000 size standard.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
Submission Requirements
Offerors must submit proposals electronically via email to valerie.a.peek.civ@army.mil by the deadline. Proposals require three volumes:
- Volume I: Technical – Demonstrating understanding, a Plan of Action (staffing, phase-in), Management Capability, and a Quality Control Plan.
- Volume II: Past Performance – Detailing recent and relevant contracts with client names, work descriptions, and references.
- Volume III: Price – Utilizing the provided CLIN structure and labor rate breakdown, ensuring completeness, realism, and reasonableness. Offerors must be registered in SAM and have a Unique Entity ID (UEI).
Evaluation Criteria
Award will be made using a Best Value Tradeoff approach under FAR Part 13 (Simplified Acquisition Procedures). Technical Capability and Past Performance combined are approximately equal to Price.
- Technical Evaluation: Requires an "Acceptable" rating in Statement of Understanding, Specifications, and Quality of Services.
- Past Performance Evaluation: Requires an "Acceptable" or "Neutral" rating.
- Price Evaluation: Based on CLINs, base period, option years, and total prices for technically acceptable responses.
Key Dates & Contacts
- Proposals Due: May 29, 2026, at 11:00 AM EST.
- Questions Due: May 8, 2026, at 11:00 AM EST.
- Primary Contact: VALERIE PEEK, valerie.a.peek.civ@army.mil.
Additional Notes
The solicitation incorporates FAR and DFARS clauses. A Wage Determination for Alabama and Georgia counties is provided, outlining minimum wage rates and fringe benefits. The government will evaluate pricing using estimated quantities, not historical usage. While general storage services are covered, Storage In Transit (SIT) is not authorized.