Washington DC Area Local Moving and Storage Services

SOL #: 19AQMM26R0027Solicitation

Overview

Buyer

State
State, Department Of
ACQUISITIONS - AQM MOMENTUM
WASHINGTON, DC, 20520, United States

Place of Performance

Washington, DC

NAICS

Used Household and Office Goods Moving (484210)

PSC

Packing/Crating Services (V003)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Jan 6, 2026
2
Last Updated
Jan 27, 2026
3
Submission Deadline
Feb 13, 2026, 6:00 PM

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 issued a Solicitation for Washington DC Area Local Moving and Storage Services. This opportunity seeks proposals for a Multiple-Award Blanket Purchase Agreement (BPA) to provide non-personal moving and storage services, including packing and crating of Household Effects (HHG) and Privately Owned Vehicles (POVs), for U.S. Government employees in the Washington, D.C. Metropolitan area. This is a Partial Small Business Set-Aside (FAR 19.5). Proposals are due by February 13, 2026, at 1:00 pm ET. An award is anticipated in mid-March 2026, with the period of performance commencing April 1, 2026.

Scope of Work

The comprehensive services required include pickup, receipt, weighing, preparation of packing lists/inventories, placement into temporary, non-temporary, or controlled storage, export packing, and delivery to pier. Contractors will also be responsible for unpacking and servicing appliances, and providing long-term storage for HHG and POVs. All services must be performed within a 50-mile radius of the Washington Monument, Washington, D.C. Offerors must maintain a minimum continued storage capacity of 5,000,000 lbs for CLIN 2509B throughout the contract term and demonstrate capacity for 3,000,000 lbs continued storage and 10,000 lbs controlled storage. Proposed facilities must be fully constructed, operational, and available for Government inspection and approval prior to award, with Controlled Storage and Vault Storage requirements evaluated on a pass/fail basis. Personnel performing transportation, packing, handling, warehousing, and storage services are subject to Service Contract Labor Standards (SCLS), and on-site residential pickup and packing must be performed by the contractor's own employees. Background investigations are required for contractor personnel.

Contract Details

This is a Blanket Purchase Agreement (BPA) awarded in accordance with FAR subpart 13.303, structured as a multiple-award vehicle with an estimated total value of $228 million. Individual service purchases will be limited to the Simplified Acquisition Threshold ($350,000). The contract will consist of a Base Year (April 1, 2026 - March 31, 2027) and four option years. The BPA is firm-fixed-price for the entire period of performance, with no economic price adjustment, making offerors responsible for accounting for all potential cost escalation risks. The Product/Service Code is V003 (Packing/Crating Services).

Submission & Evaluation

Proposals must be submitted by February 13, 2026, at 1:00 pm ET. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation will consider technical factors, including Facilities, Corporate Experience, Management Control, and Technical Capability, alongside price. Pre-award surveys will be conducted. Bidders must complete and submit the Business Management Questionnaire (Attachment Y) to be considered responsive. Pricing sheets (Attachments B1, B2, B3, B4) are critical for proposal development.

Set-Aside

This opportunity is designated as a Partial Small Business Set-Aside (FAR 19.5), with specific set-aside allocations detailed for Export Shipment, Inbound Shipment, Controlled Storage, and POV services. Small business subcontracting goals are also outlined.

Additional Notes

Responses to RFP questions were attached on January 27, 2026, providing crucial clarifications on labor standards, storage capacity, geographic limitations, facility requirements, subcontracting, and pricing. Bidders should review all attachments, including those detailing quality assurance deduct tables (AQL) for packout, deliveries, and warehouse operations, EDI procedures, and security requirements, to ensure full compliance.

People

Points of Contact

Juan FernandezPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Jan 27, 2026
Version 1
Solicitation
Posted: Jan 6, 2026
View