Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOURCES SOUGHT

V -- Packing & Crating Services

Notice Date
1/23/2026 10:55:54 AM
 
Notice Type
Sources Sought
 
NAICS
488991 — Packing and Crating
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483026Q0005
 
Response Due
1/28/2026 9:00:00 AM
 
Archive Date
02/12/2026
 
Point of Contact
Erica T. Johnson, Phone: 2292573546, 1st Lt. Nasir Smith, Phone: 2292573226
 
E-Mail Address
Erica.Johnson.18@us.af.mil, nasir.smith.1@us.af.mil
(Erica.Johnson.18@us.af.mil, nasir.smith.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought synopsis for informational and planning purposes only. It is not a request for proposal (RFP) or a solicitation for offers. No award will result in this post. Moody AFB is seeking capabiple vendors to fulfil the Packing & Crating Services Requirement for the 23d LRS/LGRDF squadron located at Moody AFB. Provide all personnel, equipment, facilities, supplies, supervision, transportation services, and materials necessary to prepare and support the shipment and/or storage of personal property for Department of Defense (DoD) personnel under the Direct Procurement Method (DPM). All work shall comply with the Defense Transportation Regulation (DTR) Part IV-Personal Property, applicable provisions of the Joint Travel Regulations (JTR) and all directives issued by the Military Surface Deployment and Distribution Command (SDDC) and Moody AFB Personal Property Office. Primary Area(s) of Performance: The majority of services will be performed within the following counties in Georgia (GA) and Florida (FL): Zone 1: Berrien, Brooks, Cook, Clinch, Echols, Lanier, Lowndes (GA) Zone 2: Atkinson, Ben Hill, Coffee, Colquitt, Irwin, Tift, Thomas, Ware (GA) Zone 3: Hamilton, Jefferson, Lafayette, Madison, Suwannee, Taylor (FL) Capacity Requirement: Before committing resources to non-Government requirements, the contractor must be able to meet Government requirements of at least 200 Net Hundred Weight (NCWT) per day. The Government�s maximum daily order limit will not exceed 600 NCWT, with a minimum order size of 1.0 pound. Services may include, but are not limited to, the following DPM support requirements for HHG and Unaccompanied Baggage (UB) shipments (local, inbound, and outbound), as applicable: Pre-move survey (physical inspection or telephone survey; coordinate date/time with customer; coordinate schedule changes with ordering officer) Weighing (gross/tare/net using properly certified scales; reweigh services when ordered; submission of certified weight tickets) Time requirements (availability to receive orders 0800�1700 Mon�Fri, excluding federal holidays; compliance with pickup/delivery completion windows and suspension/return rules) Preparation, packing, loading, and containerization of personal property for CONUS and OCONUS movements; protection from elements and theft; ability to provide required additional services when necessary (e.g., shuttle, extra labor, third-party reassembly when authorized) Tagging, inventorying, and packing lists (accurate descriptive inventory; exceptions/locations symbols; PRO-GEAR handling; firearm inventory requirements; required copy distribution and placement of documents in Container No. 1) Appliance servicing and unservicing IAW manufacturer specifications Containers and vehicles (use of Government-Owned Containers (GOCs) when available; compliance with ASTM/SDDC/USDA WPM/ISPM-15 requirements; safe and sound vehicle condition) Marking exterior containers and Military Shipping Labels (MSL), including stenciling requirements and obliteration of old markings Storage (facility storage requirements, identification, handling-in/elevation rules, storage start rules, on-hand reporting, and delivery timelines) Inbound delivery, unloading, and unpacking (clearing sheet submission to JPPSO; unpacking/debris removal unless waived in writing; one-time placement and reassembly) Claims support / FRV liability in accordance with DTR Part IV Appendix G and PWS requirements Documentation and reporting (PPGBL/BL, TCMD, outsize air cargo report when applicable, weekly/monthly reports, SDS/QASP metrics, and CDRL submissions) Facilities: Contractor facilities must meet DTR 4500.9-R, Part IV, Appendix D requirements and are subject to initial and periodic inspection. Insurance Requirements: The contractor must maintain required liability coverage (to include Workers� Compensation, General Liability, and Auto Liability) and provide cargo insurance with minimum coverage of $50,000 per shipment, A-rated carrier, and 30-day cancellation notice provisions. Security/Access Requirements: Contractor personnel must be able to maintain, at minimum: Tier 1 Investigation (T1/NACI) Antiterrorism (AT) Level I training (initial within 30 days of access and annually thereafter) Compliance with Moody AFB installation access and vehicle requirements Decentralized Ordering: Individual orders will be issued on a decentralized basis by the ordering officer/transportation officer (not by the 23 CONS). Orders are funded and authorized at the task/delivery order level. Records of orders are managed by the ordering officer and/or COR at Moody AFB. Invoicing / Electronic Payment Requirements: Payment requests are submitted electronically via U.S. Bank Syncada Third Party Payment System, including the required invoice elements listed in the PWS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6932caafe38c47e780ed81b15b27a0ed/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN07695903-F 20260125/260123230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.