Warrenton Annex Relocation Project
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 Federal Aviation Administration (FAA) is conducting a Market Survey/Request for Information (RFI) for the Warrenton Annex Relocation Project. This RFI aims to identify responsible and capable sources for comprehensive moving services and to determine if the requirement can be set aside for small businesses. Responses are due by March 12, 2026, at 5:00 PM EDT.
Purpose
This Market Survey is for preliminary planning and information gathering only, not a screening request or Request for Proposal. The FAA seeks to understand the current marketplace, identify potential vendors, and assess if there is adequate competition to set aside this requirement for Small Businesses, in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. The nature of the competition (full and open or small business set-aside) has not yet been determined.
Scope of Work
The project requires a contractor to provide Moving Materials, Packing, Inventory, and Relocation Services for approximately 130 personnel and equipment. The move will consolidate operations from five locations in the Washington D.C. area (including 950 L’Enfant Plaza, SW, and FAA Headquarters Buildings) and two locations in Warrenton, VA (Air Traffic Control System Command Center, Potomac TRACON) to the new Warrenton Annex, 3721 Macintosh Drive, Warrenton, VA, 20187.
Services include providing all vehicles, insurance, drivers, trained personnel, supervision, materials, and equipment for safe transport. Specific items to be packed and relocated include packed belongings, printers, monitors (with removal/reinstallation), shredders, flags, and pictures. The estimated Cost Magnitude for this requirement is between $50,000 and $100,000.
Key Requirements & Special Conditions
- Conduct an on-site pre-move survey and a site survey 7 days prior to the move.
- Provide all necessary packing materials, tools, and equipment.
- Maintain liability insurance ($100,000 minimum) and warehouse insurance ($1,000,000 minimum).
- Ensure all crew members are in proper uniform and adhere to FAA security requirements.
- Protect government property, secure trailers, and coordinate site access, elevator, and dock space with the FAA.
- Develop and submit a master move plan 10 business days prior to the move.
- Participate in pre- and post-move walk-throughs and address punch list items within five working days.
- Remove all trash and debris generated from the move.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 484210 (Relocation Services)
- Anticipated Project Timeline: Early April 2026, with specific move dates scheduled for April 8-9, 2026, and April 13-14, 2026.
- Response Due: March 12, 2026, 5:00 PM EDT
- Published: March 6, 2026
Submission Requirements
Interested vendors must submit the following via email to regina.singleton@faa.gov:
- Company Name, Address, Phone, Point of Contact, and Email Address.
- Business size status (e.g., 8(a), Small Business, SDVOSB, VSB).
- Verification of registration in SAM/CAGE Code and UEI.
- A Statement of Capability (limited to 3 pages) demonstrating the ability to provide all items listed in the Statement of Work.
- Copies of SBA certification letters, if applicable.
- A completed Supplemental Information Sheet (attached), which requires listing at least three relevant projects completed within the last 5 years and providing references.
- Any other pertinent information.
Evaluation
Responses will be used for acquisition planning and to determine potential small business participation. Failure to obtain adequate responses from responsible small businesses may result in a determination to conduct this procurement under full and open competition. Pricing information is not required at this stage.