Warehouse Storage Support Services
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 Naval Supply Systems Command Fleet Logistics Center (FLC) Norfolk intends to award a Firm Fixed-Price contract for Warehouse and Storage Support Services. This opportunity is designated as an Ability One Sole Source acquisition. Services will support the Navy Regional Supply Office (RSO) Norfolk and RSO Oceana. Proposals are due by April 6, 2026, at 10:00 AM Eastern Time.
Scope of Work
The contractor will provide comprehensive warehousing operations support services, including Supplemental Aviation Spares Function (SASS), receiving, storing, Care For Material In Stock (COMIS), re-warehousing, issuing, delivery, pick-up, crating, packing, and physically handling Government-owned stock material. This also includes maintenance of supply management information systems, material delivery operations, customer service support, inventory support, and program management support. Operations will be performed at RSO Norfolk (Building SP-86) and RSO Oceana (Buildings 720, 722, & outside storage lot 731). The contractor must provide all necessary personnel, management, supervision, equipment, tools, supplies, materials, and transportation.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Ability One Sole Source
- NAICS Code: 493110 - General Warehousing & Storage (Size Standard: $34 million)
- Product Service Code (PSC): S215 - Warehousing And Storage Services
- Period of Performance:
- Base Year: September 1, 2026 – August 31, 2027
- Option Year I: September 1, 2027 – August 31, 2028
- Option Year II: September 1, 2028 – August 31, 2029
- Option Year III: September 1, 2029 – August 31, 2030
- Option Year IV: September 1, 2030 – August 31, 2031
- FAR Clause 52:217-8 (6-month extension): September 1, 2031 – February 29, 2032
Key Requirements & Evaluation
The contractor must provide qualified personnel, including two Site Managers, meeting specific training, certification, and security clearance requirements (Secret Facility Security Clearance is a pass/fail factor). Performance will be monitored via a Quality Assurance Surveillance Plan (QASP). Evaluation factors include Facility Security Clearance (Acceptable/Unacceptable) and Price (based on total FFP for base and option periods).
Important Dates & Submission
- Proposal Due Date: April 6, 2026, at 10:00 AM Eastern Time.
- Submission: Proposals must be submitted in Microsoft Office Word, Excel, or Adobe file format, adhering to page limitations.
- Registration: Prospective awardees must be registered in the System for Award Management (SAM.gov) database.
- Attachments: Wage Determination, Performance Work Statement (PWS), Technical Exhibits (including workload data for RSO Norfolk and Oceana, customer list, historic packing materials), and Q&A documents are available.
- Incumbent: N0018921C0006.