Skip to content
Department of Veterans Affairs

V301--Office Relocation Services | Base plus 4 Years | SFHCS

Solicitation: 36C26126Q0192
Notice ID: 90d79542d92f4a279b9c5bcae5937cd4
TypeSolicitationNAICS 484210PSCV301DepartmentDepartment of Veterans AffairsPostedJan 28, 2026, 12:00 AM UTCDueFeb 03, 2026, 06:00 PM UTCExpired

Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 03, 2026. Industry: NAICS 484210 • PSC V301.

Market snapshot

Awarded-market signal for NAICS 484210 (last 12 months), benchmarked to sector 48.

12-month awarded value
$78,721
Sector total $1,173,350,178 • Share 0.0%
Live
Median
$78,721
P10–P90
$78,721$78,721
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($78,721)
Deal sizing
$78,721 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Mather, CA • 95655 USA

Point of Contact

Name
James E Postell
Email
James.Postell@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
261-NETWORK CONTRACT OFFICE 21 (36C261)
Office
Not available
Contracting Office Address
Mather, CA
95655 USA

More in NAICS 484210

Description

RFQ 36C26126Q0192 Office furniture Relocation services Do you want proposal packages submitted via email or GSA eBuy? Quote should be submitted to james.postell@va.gov Can you confirm this is a follow-on to 36C26121F0017? If it is, can you provide historical data (e.g., from the incumbent contract) on the annual number of relocations, large moves, or workload days beyond the standard one (1) driver, and two (2) laborers, and one (1) 26-foot truck? I m unable to provide details on incumbents or prior contract awards. Based on the information provided in the performance work statement, vendors are encouraged to determine what is needed to successfully perform the requirement. What is the anticipated average square footage utilization for the warehouse storage over the base year (based on the incumbent contract)? Again, I m unable to provide details on incumbents or prior contract awards. Based on CLIN 0005 requires vendors to have 10,000 sf Are site plans, blueprints, or floor layouts available for key locations such as the SFVAMC, CBOCs (e.g., Eureka, Clearlake, Ukiah), or leased spaces to aid in planning disassembly/reassembly? Answer: Yes, SFVA has blueprints for the medical center and leased spaces. What is the expected frequency of emergency services requiring a 24-hour response (e.g., bed deliveries or tents)? Answer: SFVA estimates emergency services requiring a 24-hour response less than 2 per month. Is a site visit or virtual tour planned prior to the quote due date to assess facilities? Answer: No tour is planned. Tours can be planned if needed. Vendors interested in a site visit should make interest known by emailing james.postell@va.gov by 1/29/2026 NLT 10AM PST, to allow for scheduling. For long-distance transport to CBOCs (e.g., Eureka at 300 miles), can you confirm if any travel premiums apply despite the no-travel-time charge stipulation? Answer: Eureka visits should only be approximately 2 per year. No other premium is allocated. Option period dates. Please confirm the correct period of performance end dates for Option Year 3 CLINs. Several Option 3 CLINs list a POP end date of March 1, 2030, while other periods end on February 28. Please confirm the intended end date and whether billing is permitted on March 1, 2030. The period of performance for all Option Year three (3) CLINS should be March 01, 2029 - February 28, 2030. The billing should not include dates beyond February 28, 2030. Page limits and formatting. Please confirm any page limits for Volume 1 and Volume 2, and whether attachments beyond the three required PDF volumes are permitted. Volume 1 is limited to 10 pages; this excludes resumes and certificates. Volume 2 is limited to a maximum of 5 past performance records as indicated in the instructions. Award and ordering vehicle. Please confirm the required GSA Schedule SINs and whether open market items are permitted. Invoicing. Please confirm invoicing system, frequency, and required backup documentation. Vendors are required to establish a Tungsten account for electronic invoice submission, invoice submission is monthly in arrears. Submission packaging. Please confirm whether the Government prefers one email containing three separate PDF attachments or three separate emails, one per volume, due to size limits. Submission should be sent in one email with the three volumes PDF attachments.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.