Medical Logistics Warehouse
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 Army, W7NG USPFO Activity MN ARNG, is soliciting proposals for Medical Logistics Warehouse Operations Services at Little Falls, MN. This is a Combined Synopsis/Solicitation (RFP) issued as a 100% 8(a) Small Business Set-Aside. The contract will be a Firm-Fixed-Price (FFP) for a base year and four option years. Proposals are due March 17, 2026, at 10:00 a.m. CST.
Scope of Work
This opportunity requires comprehensive Medical Logistics Warehouse Operations Services for the National Guard Bureau Minnesota Medical Material Warehouse (M3W) at Camp Ripley Training Center (CRTC). Key services include:
- Providing personnel, equipment, and management for supply activity support and property account management.
- Disassembly, recovery, and classification of medical equipment sets.
- Revitalization of medical equipment sets and building Sets Kits & Outfits (SKO).
- Managing storage, equipment coordination, and supply chain operations.
- Maintaining accurate records using the MEDLOG property application and Global Combat Support System – Army (GCSS-A).
- Executing shipping and receiving, conducting inventory audits, and managing disposition of excess equipment via the Medical Equipment Set (MES) Decision Support Tool (DST) and Defense Reutilization and Marketing Office (DRMO).
- Preparing and processing orders for distribution, ensuring proper packaging and shipping.
Performance standards include high accuracy rates (95-98%) for various tasks, and annual Service Contract Reporting (SCR) is required.
Contract Details
- Solicitation Number: W912LM-26-R-A006
- Contract Type: Firm-Fixed-Price (FFP)
- NAICS Code: 493190 (Size Standard: $36,000,000.00)
- Period of Performance: Base Year (09/25/2026 to 09/24/2027) plus four 12-month option years, extending through 09/24/2031. A 6-month option under FAR 52.217-8 is also available.
- Place of Performance: Camp Ripley Training Center (CRTC) NGB Medical Logistics (MEDLOG) Warehouse, East Little Falls, Minnesota.
- Work Schedule: Monday-Friday, 0600-1630, with potential for some evenings and weekends. Telework is not authorized.
Submission & Evaluation
- Closing Response Date: March 17, 2026, at 10:00 a.m. CST.
- Anticipated Award Date: May 18, 2026.
- Submission Method: Electronically via email to eric.a.ahlgren.civ@army.mil and luke.d.thomsen.civ@army.mil. The subject line must be "Proposal Submission - [Offeror Name] - [Solicitation Number]".
- Proposal Format: Searchable Adobe PDF files, divided into three volumes:
- Volume I: Price Proposal (no page limit)
- Volume II: Technical Proposal (limited to 15 pages), addressing workload, workforce transition, personnel onboarding, and IT systems proficiency.
- Volume III: Past Performance Proposal (limited to 6 pages, 2 per reference), providing up to three contract references.
- Questions: Must be submitted in writing via email by March 5, 2026.
- Evaluation Factors: Best-value tradeoff source selection based on Price, Technical Submission, Experience, and Past Performance. Experience will be evaluated on corporate experience in Federal Logistics Contracting, Class VIII Medical Logistics, high-volume warehouse operations, GCSS-Army use, and ISO 9001:2015 certification.
Eligibility / Set-Aside
This opportunity is 100% set aside for 8(a) Small Businesses. Offerors must be certified by the SBA for the 8(a) Program and meet specific criteria at the time of offer submission.
Additional Notes
The solicitation incorporates various FAR and DFARS clauses. A Service Contract Act (SCA) Wage Determination (No. 2015-4957, Revision 30) is applicable, outlining minimum wage rates and fringe benefits for the specified Minnesota counties, which bidders must incorporate into their pricing. Contractor employees will require compliance with installation security policies, background checks, and mandatory training (AT Level 1, iWATCH, OPSEC, IA).