Non-Temporary Storage of Retrograde (NTS-R)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Transportation Command (USTRANSCOM) is conducting market research through a Request for Information (RFI) for Non-Temporary Storage of Retrograde (NTS-R) services. This RFI seeks to identify businesses capable of providing comprehensive, long-term storage for Household Goods (HHG) belonging to deployed military and civilian personnel of the U.S. Department of War (DoW), specifically for inbound shipments to the East and West coasts of the United States from overseas. Responses are due by April 6, 2026, at 12:00 PM CT.
Purpose
USTRANSCOM aims to determine the availability and technical capability of the business community to provide NTS-R services. This RFI is for market research purposes only and does not constitute a solicitation or obligate the government to any future acquisition.
Scope of Work
The program requires comprehensive, long-term storage services, including receiving, handling-in, storing, and handling-out HHG. Key requirements include:
- Facilities: DoW-approved storage facilities, operating authority, permits, and licenses. Primary facilities are required within a 50-mile radius of Norfolk, VA (East CONUS) and/or Oakland, CA (West CONUS). Facilities must maintain interior ambient temperatures between 35°F and 75°F and relative humidity between 30%-55%.
- Capacity: Capable of storing up to 30 million gross pounds of HHG annually, with anticipated annual receipts of approximately 9 million pounds and annual releases of 3 to 9 million pounds.
- Services: Labor, supervision, management, personnel, office space, file storage, mandatory insurance, equipment, advance documentation, entitlement monitoring, personnel notifications, fumigation (as needed), coordinating release/delivery with DoW personnel and Transportation Service Providers (TSPs), traffic management, maintenance/repair of damaged crates, inspecting for damage, and settling claims.
- Technology & Security: Secure, web-based IT systems for managing HHG shipments with 98% availability. Compliance with NIST SP 800-171 and DFARS 252.204-7012 for cybersecurity, including cyber-incident reporting.
- Personnel: Background checks required for personnel interacting with customers or handling shipments.
Contract & Timeline
- Type: Request for Information (RFI) / Presolicitation
- Response Due: April 6, 2026, 12:00 PM CT
- Published: March 24, 2026
- Set-Aside: None specified (market research to determine potential set-asides)
- Anticipated Future: The RFI anticipates a future Request for Proposal (RFP).
- Operational Timelines (from PWS): Ramp-up within 180 days of award, Sunset period up to three years post-contract expiration, Transition period within 90 days of notification.
Submission Requirements
Responses are limited to 12 pages (8.5" x 11", 12 point Times New Roman, 1-inch margins). Submissions should be emailed to Mr. Andrew McClain and Ms. Taylor Luebbers. Only responses to the questions in Section II of the RFI are requested; company brochures or marketing materials are not. Information requested includes company size/status, NAICS codes, pricing structure, understanding of federal NTS, commercial experience, DTR familiarity, reporting capabilities, personnel experience, and capacity mitigation plans.
Additional Notes
All responses will be kept confidential and become government property. The government will not pay for any information received.