Medical Logistics Warehouse

SOL #: W912LM-26-R-A006Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7NG USPFO ACTIVITY MN ARNG
LITTLE FALLS, MN, 56345-4173, United States

Place of Performance

Little Falls, MN

NAICS

Other Warehousing and Storage (493190)

PSC

Logistics Support Services (R706)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Mar 17, 2026, 3:00 PM

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 National Guard Bureau Minnesota Medical Material Warehouse (M3W) at Camp Ripley Training Center, East Little Falls, MN. This 100% 8(a) Small Business Set-Aside opportunity seeks to ensure critical national-level medical logistics support, rapid response capabilities, and preparation of mobilized units. Proposals are due March 17, 2026, at 10:00 a.m. CST.

Scope of Work

The contractor will provide personnel, equipment, and services for comprehensive medical logistics warehouse operations. Key tasks include supply activity support, property account management, disassembly, recovery, classification, and revitalization of medical equipment sets, and building Sets Kits & Outfits (SKO). Services also encompass storage management, equipment coordination, supply chain operations, maintaining accurate records using MEDLOG property applications and Global Combat Support System – Army (GCSS-A), shipping and receiving, inventory audits, and disposition of excess equipment via the Medical Equipment Set (MES) Decision Support Tool (DST) and Defense Reutilization and Marketing Office (DRMO). Performance standards require high accuracy rates (95-98%) across various tasks.

Contract Details & Timeline

This is a Firm-Fixed-Price (FFP) combined synopsis/solicitation (RFP), Solicitation Number W912LM-26-R-A006. The Period of Performance includes a Base Year from September 25, 2026, to September 24, 2027, plus four 12-month option years, extending through September 24, 2031. An additional 6-month option under FAR 52.217-8 is available, with the total contract duration not exceeding 5 years and 6 months. The NAICS code is 493190 with a size standard of $36,000,000.00. The anticipated award date is May 18, 2026.

Submission & Evaluation

Proposals must be submitted electronically via email to eric.a.ahlgren.civ@army.mil and luke.d.thomsen.civ@army.mil by the March 17, 2026, 10:00 a.m. CST deadline. The email subject line must be "Proposal Submission - [Offeror Name] - [Solicitation Number]". Proposals should be submitted as searchable Adobe PDF files, with Volume I (Price Proposal) also accepted in MS Excel format. Evaluation will be based on a best-value tradeoff considering Price, Technical Submission, Experience, and Past Performance. Notably, ISO 9001:2015 certification is no longer an evaluation factor. Technical submissions must demonstrate a clear understanding of the PWS, and experience will be assessed in Federal Logistics Contracting, Class VIII Medical Logistics, high-volume warehouse operations, and GCSS-Army use.

Key Clarifications & Requirements

Offerors are responsible for providing Personal Protective Equipment (PPE). The Warehouse Supervisor is a Government position. A Contract Manager (CM) is required, with the contractor determining if the CM is included in their Full-Time Equivalent (FTE) count and if they need to be on-site. FTE calculations should be based on 1856 productive hours per the Service Contract Act Wage Determination (No. 2015-4957, Revision 30). All costs for required flexibility, including potential evening/weekend work, must be priced into the FFP proposal, as overtime is not separately billable. Compliance with installation access, security policies, background checks (Tier 1), and potential Common Access Card (CAC) issuance is mandatory. Historical budgets will not be provided. The site visit on February 26, 2026, has concluded, and no official summary will be distributed.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 9Viewing
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
Version 8
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View