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 (FFP) contract for Warehouse and Storage Support Services at Norfolk, VA. This opportunity is designated as an Ability One Sole Source. The services include comprehensive material handling, storage, and logistics support for RSO Norfolk and RSO Oceana. Proposals are due April 9, 2026, at 10:00 AM Eastern Time.
Scope of Work
The contractor will provide all necessary supervision, management, personnel, equipment, and supplies for warehousing supply functions. Key services include:
- Receiving, storing, issuing, re-warehousing, delivery, pick-up, crating, and packing of Government-owned stock material.
- Care For Material In Stock (COMIS) and Supplemental Aviation Spares Function (SASS).
- Material Delivery Operations, including local and commercial deliveries, staging, sorting, and dispatching.
- Customer Service Support and Inventory Support, including processing discrepant materials and assisting with physical inventories.
- Program Management Support, such as Aviation Support Detachment (ASD) material support and performance metric reporting. Work will be performed at ALSC Norfolk (Building SP-86) and ALSC Oceana (Building 720), with operations generally 24 hours per day, 365 days per year.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Set-Aside: Ability One Sole Source
- NAICS: 493110 - General Warehousing & Storage (Size Standard: $34 million)
- PSC: S215 - Housekeeping Warehousing & Storage
- Period of Performance:
- Base: 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: September 1, 2031 - February 29, 2032
- Proposal Due: April 9, 2026, at 10:00 AM Eastern Time
- Published: March 30, 2026
Key Requirements
- Personnel: Qualified, trained, and certified 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 require appropriate security clearances. Essential/ALFA personnel are required for suspended operations.
- Compliance: Adherence to various government directives, regulations, and policies, including safety, security, and transportation.
- Quality Control: Contractor must submit a Quality Control Plan. Performance will be monitored by Government Quality Assurance Evaluators (QAEs) according to the Quality Assurance Surveillance Plan (QASP).
- Registration: Vendors must be registered in the System for Award Management (SAM) database prior to award and throughout performance.
Evaluation Factors
Proposals will be evaluated based on:
- Factor I: Facility Security Clearance (Acceptable/Unacceptable).
- Factor II: Price (evaluated based on total FFP for base year and option periods).
Important Notes
All questions regarding this requirement should be directed to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil. Attachments include Wage Determination, PWS, technical exhibits, historical and projected workload data, and a customer list.