INSPECTION, MAINTENANCE, AND CERTIFICATION OF RECOVERY MATERIAL BULK CONTAINERS (RMBC) AT NAVAL SUPPORT ACTIVITY (NSA) PORTSMOUTH, PORTSMOUTH, VIRGINIA
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 Facilities Engineering Systems Command (NAVFAC), Mid-Atlantic, is conducting a Sources Sought market research effort to identify qualified businesses for inspection, maintenance, and certification of Recovery Material Bulk Containers (RMBC) at Naval Support Activity (NSA) Portsmouth, Portsmouth, VA. This notice is for planning purposes only to determine industry capabilities. Responses are due by March 16, 2026.
Scope of Work
NAVFAC Mid-Atlantic seeks companies capable of providing all necessary labor, supervision, tools, materials, equipment, and transportation for the efficient inspection, maintenance, and certification of RMBCs. This will be an indefinite delivery/indefinite quantity (IDIQ) contract for non-recurring services. The scope includes various container types:
- 10,000-gallon railcars
- 5,000-gallon tank trailers
- 1,000 and 600-gallon metal containers
- 600-gallon poly tanks Contractors must ensure containers are maintained to prevent deterioration and correct deficiencies promptly to assure full life expectancy.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Small Business Size Standard: $12.5 million)
- Set-Aside: The Government is exploring potential set-asides and encourages all Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses to respond.
- Response Due: March 16, 2026, 2:00 PM EDT
- Published: March 2, 2026
Submittal Requirements
Interested businesses must submit a capabilities statement package (maximum 10 pages, single-sided, 12-point font) demonstrating their ability to perform the requested services. The package must include:
- Company Profile: Name, address, year established, number of employees, two principal contacts (with title, phone, email), DUNS, CAGE code, and applicable small business designation/status.
- Relevant Experience: For similar efforts, provide contract number, project title, contracting activity, period of performance, contract value, and a brief summary of work performed relating to this requirement.
Additional Notes
This is a market survey for planning purposes only and does not constitute a request for proposal or a guarantee of a future solicitation. No award will be made as a result of this Sources Sought Notice, and the Government will not pay for information received.