Global Supply OCONUS Logistics Operations Support Solutions in United States Indo-Pacific Command - HAWAII
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 General Services Administration (GSA), Federal Acquisition Service, is soliciting proposals for Global Supply OCONUS Logistics Operations Support Solutions within the United States Indo-Pacific Command (INDO-PACOM) Hawaii Area of Responsibility (AOR). This opportunity is exclusively set aside for Historically Underutilized Business (HUBZone) certified small businesses. The contract aims to establish a global supply chain solution for Federal and Department of Defense (DoD) consumers, providing commercial items such as office supplies, tools, housewares, and cleaning products with a 3-business day delivery requirement in Hawaii. Proposals are due March 18, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall source, procure, warehouse, and deliver commodities, including National Stock Number (NSN) items, within 3 business days of order receipt. This includes maintaining dedicated warehouse facilities in Hawaii and the Continental US (CONUS) and the capability to scale operations for surge and contingency requirements. Key requirements also include compliance with Domestic Sourcing Restrictions, Trade Agreements Act (TAA), AbilityOne, and UNICOR mandatory source requirements, and providing an e-portal for tracking shipments, stock levels, and compliance data.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: One 1-year base period and six (6) 1-year option periods, totaling up to seven (7) years.
- Estimated Value: Maximum ceiling of $54,503,023; guaranteed minimum of $20,000.
- Set-Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- NAICS Code: 493190 (General Warehousing and Storage) with a size standard of $36.5 million.
- Place of Performance: Hawaii, United States.
Submission & Evaluation
- Proposals Due: March 18, 2026, at 10:00 AM EST.
- Evaluation: Best-value tradeoff process, where non-price factors (Technical Excellence, Operational Quality Assurance, Live Test Demonstration, and Past Performance) are significantly more important than price.
- Eligibility: Offerors must be HUBZone certified small businesses and registered in SAM.gov.
Key Attachments & Notes
Important attachments include the Quality Assurance Surveillance Plan (QASP), Pricing Breakdown, Cyber-Supply Chain Risk Management (C-SCRM) Questionnaire and Plan templates, Security Controls, List of Possible Locations, and Packing List and Documentation Supplemental Information. Attachment 4 is not available on SAM.gov; interested parties must contact the GSA Points of Contact (Anita Kearse at anita.kearse@gsa.gov or Alyssa Marley at Alyssa.Marley@gsa.gov) to request it.