HANGAR MOVE
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 Department of the Navy / NAVSUP FLT LOG CTR PUGET SOUND is soliciting proposals for a Hangar Move service at Naval Air Station Whidbey Island, Oak Harbor, WA. This Total Small Business Set-Aside opportunity requires the relocation of all material and equipment for U.S. Navy squadron VP-69 from Hangar 9 to Hangar 7. The government anticipates awarding a firm, fixed-price service contract. Proposals are due by February 10, 2026, at 12:00 PM (Local Time).
Scope of Work
The contractor will be responsible for the efficient move of U.S. Navy squadron VP-69 assets, including furniture, tools, supplies, and equipment, from Hangar 9 to designated areas in Hangar 7. This includes all aspects from preparation and packing to final placement. The move covers approximately 0.5 miles along the flightline. The contractor must provide all necessary personnel, equipment, packing materials, transportation, and supervision. Base and flightline access will be required, necessitating prior coordination with the Base Visitor Control Center.
Contract & Timeline
- Type: Firm Fixed-Price Service Contract
- Period of Performance (POP): February 16, 2026 - April 17, 2026
- Place of Performance: Naval Air Station Whidbey Island, Oak Harbor, WA
- Set-Aside: Total Small Business Set-Aside (NAICS: 484210, Size Standard: $34,000,000.00)
- Proposal Due: February 10, 2026, 12:00 PM (Local Time)
- Questions Due: One day prior to the solicitation's closing date
- Published: February 5, 2026
Evaluation
Award will be based on an evaluation of Technical factors (including delivery date), Price, and Past Performance. These factors are not listed in any order of relative importance. A single award is anticipated for all items.
Additional Notes
Offerors must be registered with SAM.gov to receive an award. Any exceptions to the solicitation's terms, conditions, specifications, or PWS must be explicitly noted in the quote. Vendors requesting base access must register via http://dbids.dmdc.mil/home. Contractor personnel will be escorted during working hours and must comply with NAS Whidbey Island VCC regulations. Invoices will be submitted via WAWF, and labor hours (including subcontractors) must be reported via ECMRA (https://doncmra.nmci.navy.mil).