Closed Solicitation · DEPT OF DEFENSE

    Direct Procurement Method (DPM) Local Move services, Schedules I, II, and III.

    Sol. PANMCC_25_P_0000_030618Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT CAMPBELL, KY
    Closed
    STATUS
    Closed
    closed Nov 21, 2025
    POSTED
    Nov 17, 2025
    Publication date
    NAICS CODE
    488991
    Primary industry classification
    PSC CODE
    V003
    Product & service classification

    AI Summary

    The U.S. Government is seeking responses from small businesses for Direct Procurement Method (DPM) Local Move services, covering outbound, inbound, and intra-city moves. This sources sought notice aims to assess interest and capabilities for a potential set-aside. Interested firms should provide detailed information regarding their qualifications and experience. Responses will inform future procurement decisions.

    Contract details

    Solicitation No.
    PANMCC_25_P_0000_030618
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 17, 2025
    Response Deadline
    November 21, 2025
    NAICS Code
    488991AI guide
    PSC / Class Code
    V003
    Contract Code
    2100
    Issuing Office
    W6QM MICC-FT CAMPBELL
    Primary Contact
    Karrie Wilkerson
    State
    KY
    ZIP Code
    42223-5358
    AI Product/Service
    service

    Description

    SOURCES SOUGHT NOTICE. THIS is a Sources Sought Notice ONLY. The U.S. Government desires to procure Direct Procurement Method (DPM) Local Move services, Schedules I, II, and III on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Schedule I covers Outbound moves, Schedule II covers Inbound moves, and Schedule III covers Intra-City Area moves (TN-TN, KY-KY, and TN-KY). Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes ? it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. The anticipated NAICS code(s) is: 488991, Packing and Crating with Corresponding Index Entry: Packing and preparing goods for shipping. The size standard for this NAICS code is $34 Million. In response to this sources sought, please provide:1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify if the prime contractor will be able to meet the Limitations on Subcontracting in accordance with FAR Clause 52.219-14.5. Information to help determine if Direct Procurement Method (DPM) Local Move services, Schedules I, II, and III is commercially available, including delivery schedules, customary terms and conditions, warranties, etc.6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or (210) 466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.GOV notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.8. Recommendations or questions that will help to improve the statement of work/specifications/draft PWS/PRS to acquiring the identified Direct Procurement Method (DPM) Local Move services, Schedules I, II, and III.9. Please see attached draft PWS for specifications on this procurement.

    Key dates

    1. November 17, 2025Posted Date
    2. November 21, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Direct Procurement Method (DPM) Local Move services, Schedules I, II, and III. is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.