PSNS & IMF SIOP Move B147/367 Warehouse & B445 Classroom/Office
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 Navy, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF), intends to award a Firm-Fixed Price contract for relocation services in Bremerton, WA. This effort supports upcoming military construction by moving equipment and materials from various buildings. This is a 100% Small Business Set-Aside under NAICS 484210. Proposals are due April 16, 2026, at 9:00 AM PST.
Scope of Work
The contractor will relocate Government equipment and materials in two main efforts:
- Effort 1: Relocate approximately 600 pallets/bins/crates and up to 50 large items of warehouse equipment and materials from PSNS&IMF CIA Buildings 147 and/or 367 to a government-controlled leased storage facility (12 Trees Business Park, Poulsbo, WA) or an alternate location within PSNS&IMF CIA (max 21 miles).
- Effort 2: Relocate classroom/office furniture and materials from Building 445 to Building 502 on Naval Base Kitsap – Bremerton (less than 2 miles).
Responsibilities include providing suitable transportation vehicles, lifting/handling equipment (including forklifts capable of lifting 6,000 lbs), packing supplies, and personnel. The contractor must ensure no damage to property and coordinate with the Contracting Officer Representative (COR) for planning and scheduling.
Contract & Timeline
- Contract Type: Firm-Fixed Price Commercial Service (Combined Synopsis/Solicitation - RFQ)
- Period of Performance: May 7, 2026 – December 31, 2026
- Set-Aside: 100% Total Small Business (FAR 19.5)
- NAICS Code: 484210 (Used Household and Office Goods Moving), Size Standard $34M
- Proposals Due: April 16, 2026, 9:00 AM PST
- Questions Due: April 10, 2026, 9:00 AM PST
- Published Date: April 7, 2026
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering price and technical acceptability to determine the best value offer. Proposals must include all required information per FAR 52.212-1, including company information, completed CLIN pricing, and agreement with terms.
Additional Notes
- All offerors must be registered in the System for Award Management (SAM.gov).
- Submission method: Via email to Rolf Jacobson (rolf.a.jacobson.civ@us.navy.mil) and Jacqueline Edgerton (jacqueline.f.edgerton.civ@us.navy.mil).
- Clarifications from Q&A 0001 confirm that a 26ft box truck may be sufficient with multiple trips, TWIC cards are one of four access credential options, and the contractor will not handle hazardous materials. Secure storage for forklifts will be provided. No minimum guaranteed quantity, but anticipates maximizing relocation of specified items.
- Contractor personnel will require badging and access to Naval facilities; detailed requirements are provided in an attachment.