Washington DC Area Local Moving and Storage 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 State, ACQUISITIONS - AQM MOMENTUM has released a Solicitation for Washington DC Area Local Moving and Storage Services. This opportunity seeks a multiple-award Blanket Purchase Agreement (BPA) for non-personal moving and storage, including packing, crating, and handling of Household Effects (HHE) and Privately Owned Vehicles (POVs) for U.S. Government employees in the Washington, D.C. Metropolitan area. Proposals are due by February 13, 2026, at 1:00 pm ET.
Scope of Work
The BPA will cover comprehensive services within a 50-mile radius of the Washington Monument, Washington, D.C. Key services include:
- Pickup, receipt, weighing, packing list preparation, and placement into temporary, non-temporary, or controlled storage.
- Export packing and delivery to pier.
- Unpacking and servicing of appliances.
- Long-term storage of HHE and POVs.
- Specific requirements for personnel qualifications, vehicle specifications, containers, facilities, and reporting.
- Detailed pricing structures are provided for export, controlled storage, inbound services (UAB/HHE), and POV handling.
Contract Details
- Contract Type: Multiple-Award Blanket Purchase Agreement (BPA) in accordance with FAR subpart 13.303.
- Period of Performance: A Base Year (April 1, 2026 - March 31, 2027) with four subsequent option years.
- Estimated Value: Total estimated value of $228 million across all awards.
- Purchase Limitation: Individual service purchases are limited to the Simplified Acquisition Threshold ($350,000).
- Set-Aside: This is a Partial Small Business Set-Aside (FAR 19.5), with specific allocations for Export Shipment, Inbound Shipment, Controlled Storage, and POV services.
- Place of Performance: Washington, DC area.
Submission & Evaluation
- Proposal Due Date: February 13, 2026, at 1:00 pm ET.
- Questions Due Date: January 21, 2026, at 8:00 am ET.
- Evaluation Basis: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
- Evaluation Factors: Technical factors include Facilities, Corporate Experience, Management Control, and Technical Capability, alongside price. Pre-award surveys will be conducted.
- Required Submissions: Bidders must complete a Business Management Questionnaire (Attachment Y) detailing facilities, permits, equipment, and financial capability.
Key Attachments & Information
- Pricing Sheets: Attachments B1, B2, B3, and B4 provide detailed unit pricing for export, controlled storage, inbound, and POV services, crucial for proposal development.
- Wage Determination: Attachment R outlines Service Contract Act (SCA) wage rates and fringe benefits for the DC, MD, and VA areas.
- Quality Assurance: Attachments I and J detail AQL Deduct Tables for packout/deliveries and warehouse operations, outlining performance standards and potential penalties.
- Personnel Security: Attachment U describes procedures for personnel background investigations.
- Reporting & Compliance: Various attachments cover forms for ACH vendor enrollment, public vouchers, lobbying disclosure, firearm receipts, EDI document attachment procedures, and tracking reports for shipments, claims, and storage.
- Geographic Scope: Attachment A visually confirms the 50-mile service radius.
Contact Information
For inquiries, contact Juan Fernandez at fernandezjm@state.gov.