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 is soliciting proposals for Warehouse Storage Support Services for the Navy Regional Supply Office (RSO) Norfolk and RSO Oceana in Virginia. This requirement is for comprehensive warehousing operations, material handling, and logistics support. The opportunity is an Ability One Sole Source requirement. Proposals are due April 9, 2026, at 10:00 AM ET.
Scope of Work
The contractor will provide all necessary supervision, personnel, equipment, and supplies for warehousing operations. Key services include:
- Comprehensive Warehousing: Receiving, storing, Care For Material In Stock (COMIS), re-warehousing, issuing, delivery, pick up, crating, packing, physically handling, loading, and unloading Government-owned stock material.
- Specialized Support: Supplemental Aviation Spares Function (SASS), material delivery operations, customer service support, inventory support, and program management support.
- Locations: Services will be performed at RSO Norfolk (Building SP-86) and RSO Oceana (Building 720, 722, & outside storage lot 731). Operations are generally 24 hours per day, 365 days per year.
- Personnel Requirements: Qualified personnel are required, including two Site Managers with at least five years of supervisory experience in military Base Operating Support (BOS) and aviation logistics support. Personnel handling classified material must possess appropriate security clearances.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Ability One Sole Source (FAR Subpart 8.7)
- NAICS Code: 493110 (General Warehousing & Storage) with a $34 million size standard.
- Product Service Code (PSC): S215 (Warehousing And Storage Services)
- Period of Performance: A base year from September 1, 2026, to August 31, 2027, followed by four one-year option periods, and a potential six-month extension under FAR 52.217-8, extending services through February 29, 2032.
- Proposal Due: April 9, 2026, at 10:00 AM ET.
Evaluation Factors
Proposals will be evaluated based on:
- Facility Security Clearance: Acceptable/Unacceptable.
- Price: Evaluated based on the total Firm Fixed Price for the base year and all option periods.
Key Documents & Notes
Bidders should review the revised Performance Work Statement (PWS) and updated Technical Exhibit 5 for detailed requirements and performance standards. Historical and projected workload data for both RSO Norfolk and Oceana are provided in Technical Exhibits to aid in proposal development. A Wage Determination (2015-4341) is included for labor cost calculations. Registration in the System for Award Management (SAM) database is mandatory for award.