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 is soliciting proposals for Medical Logistics Warehouse Operations Services for the Minnesota Army and Air National Guard at Camp Ripley Training Center, Little Falls, MN. This is a 100% 8(a) Small Business Set-Aside opportunity. The contract will be a Firm-Fixed-Price (FFP) with a base year and four option years. Proposals are due March 17, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide comprehensive personnel, equipment, and services for the National Guard Bureau Minnesota Medical Material Warehouse (M3W). Key services include:
- Supply activity support and property account management.
- Disassembly, recovery, classification, and revitalization of medical equipment sets.
- Building Sets Kits & Outfits (SKO) according to Army Medical Logistics Command standards.
- Storage, equipment coordination, and supply chain operations.
- Maintaining accurate records using MEDLOG property applications and Global Combat Support System – Army (GCSS-A).
- Executing shipping, receiving, inventory audits, and disposition of excess equipment via the MES Decision Support Tool (DST) and Defense Reutilization and Marketing Office (DRMO).
- Processing orders for distribution, ensuring proper packaging and shipping. Performance standards require high accuracy rates (95-98%) across various tasks, including equipment set assembly, storage management, shipping/receiving, and inventory.
Contract Details
- Solicitation Number: W912LM-26-R-A006
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One Base Year (09/25/2026 to 09/24/2027) plus four 12-month option years, extending through 09/24/2031. An additional 6-month option is available.
- Place of Performance: NGB Minnesota Medical Logistics (MEDLOG) Warehouse, Camp Ripley Training Center (CRTC), East Little Falls, MN.
- NAICS Code: 493190 (Size Standard: $36,000,000.00)
- Set-Aside: 100% 8(a) Small Business. Offerors must be SBA-certified.
Submission & Evaluation
- Proposal Due Date: March 17, 2026, at 10:00 AM CST.
- Submission Method: Electronically via email to eric.a.ahlgren.civ@army.mil and luke.d.thomsen.civ@army.mil. Subject line: "Proposal Submission - [Offeror Name] - [Solicitation Number]".
- 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) – up to three contract references.
- Evaluation Factors: Best-value tradeoff based on Price, Technical Submission, Experience (Federal Logistics, Class VIII Medical Logistics, high-volume warehouse, GCSS-Army, ISO 9001:2015), and Past Performance.
- Anticipated Award Date: May 18, 2026.
Key Dates & Contacts
- Site Visit: Thursday, February 26, 2026, at 10:00 AM CST at 15000 Highway 115, Camp Ripley. RSVP required by February 25, 2026, 10:00 AM CST to Eric Ahlgren and Luke Thomsen.
- Questions Due: March 5, 2026.
- Primary Contact: Eric Ahlgren (eric.a.ahlgren.civ@army.mil, 320-616-2775)
- Secondary Contact: Luke Thomsen (luke.d.thomsen.civ@army.mil, 3206162751)
Additional Notes
The solicitation incorporates FAR and DFARS clauses. A Service Contract Act (SCA) Wage Determination (No. 2015-4957, Rev 30) is applicable, outlining minimum wage rates and fringe benefits for the region. Contractor employees must comply with security policies, including background checks and mandatory training. The current warehouse operation is outsourced under contract W912LM-23-C-0003.