DNA Warehousing Support
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 Surface Warfare Center Dam Neck Activity (NSWCDD DNA) is issuing a Request for Information (RFI) for DNA Warehousing Support. This RFI is for planning purposes only to gather information on industry capabilities for providing support to the Property Management Division Code 107. Responses are requested by April 7, 2026, at 12:00 PM EST.
Scope of Work
This new requirement seeks support for policy and compliance in Operating Materials & Supplies (OM&S), Plant Property & Equipment (PP&E)/Asset Management (AM), and Purchase Requisitions (PR). Key services include:
- Technical, project, analytical, program, and supply chain management support for OM&S, PP&E, and AM.
- OM&S and PP&E/AM management functions, including policy development, financial and physical accountability, training, performance monitoring, and process improvements.
- Warehousing and delivery of materials and equipment.
- Warehouse operations services, including central shipping/receiving, local pickup/delivery, material accountability within N-ERP, physical inventories, and requisition/shipping document support.
- Provision of a warehouse facility in the Hampton Roads Area of Virginia (within 30 miles of NSWCDD DNA, Virginia Beach, VA) meeting specific size, floor load, ceiling height, temperature, humidity, office space, loading dock, and restroom requirements.
- Provision of Material Handling Equipment (MHE) and enclosed trucks.
- Program management support, including regulatory review, documentation development, and reporting.
Contract & Timeline
- Type: Request for Information (RFI) / Market Research
- Set-Aside: None specified; eligible partners include companies, public/private foundations, non-profit organizations (including universities), and state/local government organizations.
- Response Due: April 7, 2026, 12:00 PM EST
- Published: March 23, 2026
- Place of Performance: Hampton Roads Area of Virginia, including Virginia Beach, VA.
Submission & Evaluation
Responses should include at a minimum: Company Name and Address, Point of Contact (phone/email), Cage Code, and a Capability Statement. Submissions will be accepted after the due date, but feedback may not be as timely. This RFI is for planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to award a contract. The Government will not pay for RFI preparation costs. Information received will be treated as Business Sensitive.
Special Requirements
- Personnel Security Clearance: Minimum SECRET security clearance required.
- Facility Clearance: SECRET Facility Clearance Level (FCL) required.
- The contractor must provide a facility operable within 90 days of contract issuance.
- Compliance with Federal, State, and local laws, Executive Orders, and DoD/Navy policies regarding environmental and safety requirements.
- Contractor personnel must adhere to policies regarding Portable Electronic Devices (PEDs) and Information Systems (IS) usage.
Additional Notes
All communications must be coordinated through the cognizant Contract Specialist, Curtis Taylor (curtis.d.taylor2.civ@us.navy.mil). Potential offerors are responsible for monitoring SAM.gov for any future solicitations or additional information.