Spangdahlem Local Drayage

The Department of the Air Force, Air Forces in Europe and Air Forces Africa, 3rd Air Force, 52nd Fighter Wing, 52nd Mission Support Group has a continuing requirement for Local Drayage Services.

Solicitation Summary

The Department of the Air Force, Air Forces in Europe and Air Forces Africa, 3rd Air Force, 52nd Fighter Wing, 52nd Mission Support Group has a continuing requirement for Local Drayage Services.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Air Forces in Europe and Air Forces Africa, 3rd Air Force, 52nd Fighter Wing, 52nd Mission Support Group
Solicitation Number FA560625Q0003
Status Post-RFP
Solicitation Date 06/13/2025
Award Date 08/2025 (Estimate)
Contract Ceiling Value $1,351 ,000
Competition Type  Full and Open / Unrestricted
Type of Award Other
Primary Requirement  Administrative, Logistics & Management
Duration  1 year(s) base plus 4 x 1 year(s) option(s)
Contract Type  Firm Fixed Price
No. of Expected Awards N/A
NAICS Code(s):
484210

Used Household and Office Goods Moving
Size Standard: $34 million annual receipts

Place of Performance:
  • Germany
    • Spangdahlem Air Base
Opportunity Website: https://sam.gov/opp/cd4fb3186cc4416c834b9e620e73520c/view

Spangdahlem Local Drayage Background

N/A

Spangdahlem Local Drayage Requirements

The Contractor shall provide all personnel, equipment, power tools, all types of licenses and permits, materials, supervision, supplies, services, and transportation necessary to assemble, disassemble, transfer, transport, issue, pick-up, load / unload at Warehouse 166 and deliver Government-owned furnishings as defined in the Performance Work Statement (PWS) for Spangdahlem Air Base (SAB) (on-base and off-base units, Warehouse to Warehouse moves, and GSUs).

  • The Services required under this contract, include loading and off-loading at the point of origin and delivery shall be performed in accordance with commercial practices. The loading of truck(s) is performed in the morning and afternoon at the Furnishing Management Section (FMS) warehouse. Furnishings collected during the morning shall be unloaded at the designated Government warehouse.
  • The Contractor shall provide two (2) enclosed vehicles, minimum loading height of two hundred and thirty-eight centimeters (238 cm). The contractor is responsible for supplying enough personnel to comply with the timelines and requirements as defined in the PWS Section 3 Delivery and Schedule. All drivers and porters must acquire base access through the 52 Security Forces Squadron prior to contract start date.
  • The contractor shall provide minimum one (1) enclosed vehicle, with up to ninety (90) cubic meters (cbm) capacity, minimum loading capacity of twenty 20 cbm daily. Should ninety (90) cbm be exceeded, the contractor shall provide an additional enclosed vehicle. Furnishings Management Section will notify contractor about the daily truck schedule and if a second vehicle is required 48 hours in advance. If there is a vehicle malfunction or breakdown a third truck must be made available to complete the daily workload.
  • Call Placement Per Day: A call shall not exceed two (2) trucks per day for a furnishing requirement of a maximum of one-hundred-and-eighty (180) cbm for both trucks together. The minimum furnishing requirement shall not be less than twenty (20) cbm per call.
  • Each vehicle shall be equipped with a basic tool kit. In addition, a camera (cellphone) shall be furnished by the Contractor to document possible damages to property (private property or FMO property). Damages shall be reported to the Contracting Officer’s Representative (COR) within twenty-four (24) hours or next duty day. If customer is not present, contractor shall wait at least fifteen (15) minutes for the customer, then leave a note at the apartment door, utilizing template note provided by FMS.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.