N0018926RL009 CNSL MHE
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 Fleet Logistics Center Norfolk, has issued Solicitation N0018926RL009 for Maintenance and Overhaul Services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE) for Commander Naval Surface Force, Atlantic (CNSL). This is an Unrestricted / Full and Open Competition for a Cost-Plus-Fixed-Fee (CPFF) contract. Proposals are due April 27, 2026, at 3:00 PM Local Time.
Scope of Work
The contractor will provide comprehensive logistics and engineering support, including preventative maintenance (PM), unscheduled maintenance (UM), 12/18-month maintenance, 18-month weight tests and/or fork certifications, technical troubleshooter (TTS) services, transportation, and administrative support. This covers a wide range of MHE (e.g., warehouse tractors, forklifts) and SMSE (e.g., container handlers, mobile shipboard cranes). Services will be performed primarily at Naval Station Norfolk facilities (e.g., LP-26, V-58, LP-22, W-127) and onboard various Naval vessels, both CONUS and OCONUS. Performance standards emphasize maximizing equipment longevity, safety, efficiency, and reliability, with specific response times for trouble calls (24 hours for TTS, 96 hours for UM).
Contract & Timeline
- Contract Type: Cost-Plus-Fixed-Fee (CPFF). The government will not consider Firm-Fixed-Price.
- Period of Performance: A base year from August 30, 2026, to August 29, 2027, followed by four option years and a potential six-month extension under FAR 52.217-8, extending the total potential duration until February 29, 2032.
- Set-Aside: Unrestricted / Full and Open Competition.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance).
- Proposal Due: April 27, 2026, 3:00 PM Local Time.
Evaluation
Award will be based on a best value with trade-offs source selection process. Non-Cost/Price factors are considered more important than Cost/Price. The evaluation factors are weighted as follows: Technical Approach (Performance Approach, Staffing & Management Approach) is more important than Past Performance, which is more important than Small Business Participation. Proposals must be submitted electronically via email.
Key Requirements & Notes
Offerors must submit a detailed proposal, including a Level of Effort Cost Spreadsheet (Attachment 2) and a Small Business Participation Plan (even if not a small business). Personnel may require SECRET clearance and MHE operator licenses. The government will provide certain Government Furnished Property (GFP), including NMCI workstations for key roles and a fully outfitted warehouse/maintenance facility. The incumbent contractor is Huntington Ingalls Industries. Wage Determination 2015-4341 applies. Offerors should use "Program Manager" as the proposal title.