Closed Solicitation · DEPARTMENT OF STATE

    Washington DC Area Local Moving and Storage Services

    DEPARTMENT OF STATE
    Sol. 19AQMM25R0131PresolicitationSet-aside: Partial Small Business Set-Aside (FAR 19.5)WASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Dec 29, 2025
    POSTED
    Dec 5, 2025
    Publication date
    NAICS CODE
    484210
    Primary industry classification
    PSC CODE
    V003
    Product & service classification

    AI Summary

    The Department of State is seeking proposals for moving and storage services for household effects and vehicles in the Washington, D.C. area. The RFP will be released between December 15 and December 29, 2025, and will require non-personal services for various logistics tasks. Companies must meet specific capability requirements and adhere to labor standards. Proposals are due 30 days after the RFP release.

    Contract details

    Solicitation No.
    19AQMM25R0131
    Notice Type
    Presolicitation
    Set-Aside
    Partial Small Business Set-Aside (FAR 19.5)
    Posted Date
    December 5, 2025
    Response Deadline
    December 29, 2025
    NAICS Code
    484210AI guide
    PSC / Class Code
    V003
    Contract Code
    1900
    Primary Contact
    Juan Fernandez
    State
    DC
    ZIP Code
    20520
    AI Product/Service
    service

    Description

    IMPORTANT NOTIFICATION: DUE TO THE NEW FISCAL YEAR, THE RFP FOR THIS OPPORTUNITY WILL BE POSTED TO SAM.GOV UNDER RFP NUMBER 19AQMM26R0027. THE GOVERNMENT EXPECTS TO POST THE RFP BETWEEN DECEMBER 15 AND DECEMBER 29, 2025. The Department of State intends to issue a Request for Proposal (RFP) for Moving and Storage (to include Packing and Crating) of Household Effects and Privately Owned Vehicles (POVs) arriving in and departing from the Washington, D. C. Metropolitan area for U.S. Government employees serving overseas. The RFP will require non-personal services for the provision of all necessary labor, materials and facilities for: pickup; receipt; weighing; preparation of packing list(s), inventories, and other appropriate documentation; placement into temporary storage; placement into non-temporary storage; placement into controlled storage; export packing; delivery to pier; local delivery, unpacking and all related services; servicing of appliances associated with the to/from residence; and long-term storage of household and personal effects and POVs. For purposes of this contract, the contractor's place of performance and warehouse facilities must be within a fifty (50) mile radius of the Washington Monument, Washington, D.C. This acquisition will be a partial small business set-aside and source selection will be made on a lowest priced technically acceptable basis. The contract vehicle will be multiple-award Blanket Purchase Agreements (BPAs) with four award pools to include small and large businesses. Anticipated award pools are as follows: Export and Storage Shipments: 10 awardees Inbound Shipments: 10 awardees Controlled Storage: 4 awardees- selected from Export Award pool Privately Owned Vehicles (POVs): 2 awardees The Department will assign volume to awardees based upon their pricing and acceptable technical capability as evaluated from their proposals submitted in response to the RFP, with an acceptable pre-award survey of facilities. The North American Industry Classification System (NAICS) code for this procurement is 484210. Offerors may propose performing for all of the award pools or any number of the award pools as long as they offer services for all the Contract Line Items (CLINs) and requirements for that particular award pool. The BPAs awarded under this RFP will be for up to 5 years, and satisfactory performing BPA holders may be extended under a Sunset Period clause for an additional 66 months for retaining long-term HHE, Controlled, and POV storage. For this acquisition the Department of State seeks: Experienced moving and storage companies that are equipped to handle large volumes of tonnage on a daily basis with adequate staffing for all shipment types. Experienced companies that are familiar with the various requirements for handling all shipment types set forth in the BPA. Companies able to service a range of volume (maximum/minimal) for the freight categories Export/Storage, Controlled Storage, Inbound Freight, and Privately Owned (POV) Vehicles. Companies that provide strict and transparent adherence to the Fair Labor Standards Act and Service Contract Labor Standards. Companies that have adequate warehouse space with ready ability for expansion for the freight categories Export/Storage, Controlled Storage, Inbound Freight, and POV for up to 5 years and beyond, if required. Companies that have adequate financial resources and financial stability to perform the required services for up to 5 years and beyond, if required. Companies submitting proposals in response to the RFP must have and maintain current financial records and accounts with Dun & Bradstreet. Minimum contractor capability requirements are as follows for this procurement: Daily Minimum Required Capability Export packing of unaccompanied baggage and layette shipments CLIN 2215C 2300 lbs. Export packing of personal effects CLIN 2231A, B and E 15,000 lbs. Storage in transit for packed effects awaiting release CLIN 2508B 10,000 lbs. Pack personal effects and prepare for continued storage CLIN 2231M 24,000 lbs. Pickup or receive POV and prepare for continued storage CLIN 2231X and Y Five (5) allocations Pack personal effects and prepare for controlled storage CLIN 2231MC and MD 100 lbs. Minimum Required Continued Storage Volume Capacity Maintain facility for authorized continued storage of personal effects CLIN 2509B 5,000,000 lbs. Maintain facility for authorized temperature-controlled storage of personal effects CLIN 2509D 20,000 lbs. Maintain facility for authorized vault-controlled storage of personal effects CLIN 2509E 6,000 lbs. Maintain facility for authorized cold controlled storage of personal effects CLIN 2509F 50 lbs. Maintain facility for authorized POV storage CLIN 2509K 150 vehicles Maintain facility for authorized hybrid POV storage CLIN 2509HY 6 vehicles Maintain facility for authorized electric POV storage CLIN 2509EL 3 vehicles A draft PWS is included as Attachment A to this pre-solicitation notice. Information in the draft PWS is subject to change prior to release of the RFP. Contractor personnel specifically designated by the Contracting Officer's Representative (COR) will be required to have a Moderate Risk Public Trust (MRPT) determination conducted by the Bureau of Diplomatic Security. To be eligible for an award, the proposed Contractor facility must pass a pre-award inspection. The Government will utilize the pre-award facility inspection to ensure the proposed facility adheres to RFP requirements. The RFP will require the electronic submission of a technical proposal (to include past performance) and a price proposal. The solicitation will be issued via the System for Award Management (SAM) and is expected to be released sometime between December 15, 2025 and December 29, 2025. Proposals will be due 30 days after the release of the RFP. THIS PRE-SOLICITATION NOTICE IS FOR NOTIFICATION PURPOSES ONLY. DO NOT SUBMIT ANY INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE. OFFICIAL QUESTIONS WILL BE TAKEN AFTER THE SOLICITATION HAS BEEN RELEASED. ALL PROSPECTIVE CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AT THE TIME OF PROPOSAL SUBMISSION.

    Key dates

    1. December 5, 2025Posted Date
    2. December 29, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Washington DC Area Local Moving and Storage Services is a federal acquisition solicitation issued by DEPARTMENT OF STATE. 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.