Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2025 SAM #8566
SOLICITATION NOTICE

V -- Joint Personal Property Shipping Office (JPPSO) Recompete - Simplified Acquisition Proposal Request (SAPR) - Amendment 01

Notice Date
5/8/2025 7:43:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA445225R0006
 
Response Due
6/20/2025 1:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Monica A. Holtmann, Phone: 6182569981, Elijah Dodd, Phone: 6183406515
 
E-Mail Address
monica.holtmann@us.af.mil, elijah.dodd@us.af.mil
(monica.holtmann@us.af.mil, elijah.dodd@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
08 May 2025 MEMORANDUM FOR ALL SMALL BUSINESS VENDORS FROM 763d Enterprise Sourcing Squadron (ESS) 510 POW/MIA Drive, Bldg. P40, Suite E1004 Scott AFB, IL 62225 SUBJECT: Simplified Acquisition Proposal Request (SAPR), FA445225R0006 Small Business Set-Aside, Direct Procurement Method (DPM) Personal Property Shipments FY25_Amendment 01 The purpose of this Amendment is to amend the proposal due date to allow additional time to respond to the Area 2 BPA. Due to this change, this Amendment is also to amend the Instructions to Offerors document (paragraph G) to allow vendors to submit one or two proposals in response to the SAPR (for those vendors that intend to propose to both BPAs on separate dates). All amended verbiage is notated in red color font. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a SAPR for the subject project to be awarded pursuant to Federal Acquisition Regulation (FAR) 13 and the specific requirements outlined in this request with attachments. To summarize, Joint Base McGuire Dix-Lakehurst (JBMDL) requires services including packing/unpacking, pickup and delivery of household goods/baggage for military and civilian members using the Direct Procurement Method (DPM) for inbound, outbound and local moves located at JBMDL. The selection methodology for award will be lowest price technically acceptable (LPTA). The Government intends to award a single, firm fixed price (FFP) Blanket Purchase Agreement (BPA) for each area (Area�s 1 & 2) for the subject project. Both Area 1 and Area 2 BPAs will be 100% set-aside for small business in accordance with FAR 19.502-2(b). Area 1 includes zones 51-53 while Area 2 includes zones 54-56 which are displayed below: Zone Area (Counties/Cities): 51 New Jersey(NJ): Burlington, Ocean and the cities in Camden County: Atco, Audubon, Barrington, Bellmawr, Berlin, Blackwood, Brooklawn, Camden, Cherry Hill, Chesilhurst, Clementon, Collingswood, Erial, Glendora, Haddon Heights, Haddonfield, Laurel Springs, Lawnside, Lindenwold, Merchantville, Mount Ephriam, Oaklyn, Pennsauken, Pine Hill, Runnemede, Sickerville, Voorhees, and Westmont. 52 NJ: Atlantic, Cape May, Cumberland, Gloucester, Salem 53 NJ: Hunterdon, Mercer, Middlesex, Monmouth, Somerset 54 Pennsylvania: Alleghany, Armstrong, Beaver, Butler, Cambria, Cameron, Clarion, Clearfield, Crawford, Elk, Erie, Fayette, Forest, Greene, Indiana, Jefferson, Lawrence, Mckean, Mercer, Somerset, Venango, Warren, Washington, Westmoreland 55 Ohio: Belmont, Columbiana, Jefferson, West Virginia (WV): Barbour, Brook, Dodrige, Hancock, Harrison, Lewis, Marion, Marshall, Mongolia, Ohio, Pleasants, Preston, Ritchie, Taylor, Tyler, Upshur, Wetzel, Wood 56 WV: Boone, Braxton, Cabell, Calhoun, Clay, Fayette, Gilmer, Greenbrier, Jackson, Kanawha, Lincoln, Logan, Mason, Mingo, Nicholas, Putnam, Raleigh, Roane, Wayne, Wirt, Wyoming A site visit/preproposal conference will not be held for this requirement. Questions and Answers: Offerors are cautioned that all communications are to be channeled through the Contracting Officer (CO). Any questions whether technical or contractual in nature shall be submitted in writing. Questions and answers shall be submitted via the Q & A Matrix (Attachment 9) to the Contract Specialist (CS) at elijah.dodd@us.af.mil AND CO at monica.holtmann@us.af.mil by 12:00 PM (Central Time), Tuesday 13 May 2025. Questions will be consolidated, and responses will be forwarded to all Offerors. No further questions will be addressed on this requirement after this date. This SAPR is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. The Government reserves the right not to award a BPA in response to this SAPR. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. Proposals for the Area 1 BPA are due by 3:00 PM (Central Time) on 20 May 2025. Proposals for the Area 2 BPA are due back by 3:00 PM (Central Time) on 20 June 2025. If a company intends to propose on both BPAs, they may propose on each at different times, so long as they have both proposals turned in prior to the due dates. Proposals shall be submitted electronically in accordance with SAPR Instructions to Offerors (ITO) (Atch 1) via email to the CS, elijah.dodd@us.af.mil and CO, monica.holtmann@us.af.mil . All electronic submissions shall reference the complete SAPR number in the subject line. LATE PROPOSALS WILL NOT BE ACCEPTED. After receipt of your proposal, the CS or CO will email a confirmation of receipt. If you do not receive a confirmation of receipt before the proposal due date/time, the Offeror is encouraged to reach out to the CS and CO to ensure the proposal was received. MONICA HOLTMANN Contracting Officer Attachments: Instructions to Offerors (ITO) SAPR # FA4452-25-R0006_Amendment 01 Performance Work Statement Pricing Worksheet Provisions and Clauses Figures Third Party Payment System Publications and Standards CDRLS Definitions Acronyms Claims and Liability Questions and Answers Matrix
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4dc3298783c04dfd9b404893945dc302/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08641, USA
Zip Code: 08641
Country: USA
 
Record
SN07435716-F 20250510/250508230047 (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!  © 1994-2024, Loren Data Corp.