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 requirement is for the relocation of U.S. Navy squadron VP-69 assets from Hangar 9 to Hangar 7. This is a Total Small Business Set-Aside opportunity. Proposals are due by February 12, 2026.
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 necessary equipment, from Hangar 9 to designated areas and workspaces in Hangar 7. The objective is to ensure the timely resumption of squadron operations. The scope includes all aspects of the move, from preparation to final placement, with the distance between hangars approximately 0.5 miles along the flightline. The contractor must provide all personnel, equipment, supplies, transportation, and supervision. Base access and flightline access will be required, necessitating prior coordination with the Base Visitor Control Center.
Contract Details
- Type: Firm Fixed-Price service contract.
- Period of Performance: Anticipated from February 16, 2026, to April 17, 2026.
- Place of Performance: Naval Air Station Whidbey Island, Oak Harbor, WA.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 484210 (Motor Freight), with a size standard of $34,000,000.00.
- Product Service Code: V112 (Motor Freight).
Submission & Evaluation
- Proposal Due Date: February 12, 2026, 8:00 PM EST (20:00:00Z).
- Submission of Questions: Deadline is typically 1 day prior to the solicitation's closing date.
- Evaluation Factors: Technical capability (including delivery date), price, and past performance. No specific order of relative importance is stated.
- Award: A single award is anticipated.
- Invoicing: Invoices will be submitted via WAWF.
- Requirements: Offerors must be registered with SAM.gov to receive an award and must note any exceptions to the solicitation's terms. Vendors requesting base access must register via http://dbids.dmdc.mil/home.
Key Contacts
- Primary: Nicole Logan (nicole.d.logan.civ@us.navy.mil)
- Secondary: Ashley Rollin (ashley.a.rollin.civ@us.navy.mil)