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, specifically NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Maintenance and Overhaul Services for Commander Naval Surface Force, Atlantic (CNSL) Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). This Unrestricted solicitation seeks a single Cost-Plus-Fixed-Fee (CPFF) contract. Proposals are due April 27, 2026, at 11:00 AM 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 test and/or fork certification, technical trouble shooting (TTS), transportation services, and administrative support. Services will cover various MHE (e.g., forklifts, warehouse tractors) and SMSE (e.g., container handlers, mobile shipboard cranes). Performance will occur at FLC-Norfolk facilities (W-127, LP-26, V-58, LP-22), various Naval vessels (CONUS and OCONUS), and other directed locations including Norfolk, VA; Mayport, FL; Manama, Bahrain; Rota, Spain; and Mina Jebel Ali, UAE.
Contract & Timeline
- Contract Type: Cost-Plus-Fixed-Fee (CPFF) for labor, Cost No Fee for materials, ODCs, and travel.
- Period of Performance: A base year from August 30, 2026, to August 29, 2027, followed by four one-year option periods, and a six-month FAR 52.217-8 option (total potential 5.5 years).
- Set-Aside: Unrestricted
- Proposal Due: April 27, 2026, 11:00 AM Local Time
- Published: March 27, 2026
Evaluation Factors
Proposals will be evaluated using a best value with trade-offs source selection process, where non-cost/price factors are more important than cost/price. The hierarchy of importance is:
- Factor I - Technical Approach (Performance Approach and Staffing & Management Approach, weighted equally)
- Factor II - Past Performance
- Factor III - Small Business Participation Plan
- Factor IV - Cost/Price
Key Requirements & Attachments
- Performance Work Statement (PWS) (Attachment 1): Details specific services, performance standards, personnel qualifications, travel requirements (including OCONUS), security clearances (CONFIDENTIAL/SECRET), and reporting.
- Level of Effort Spreadsheet (Attachment 2): Provides estimated labor hours and categories for pricing proposals.
- Past Performance (Attachments 5 & 6): Offerors must submit detailed past performance information, and previous customers will provide feedback on quality, timeliness, and responsiveness.
- Quality Assurance Surveillance Plan (QASP) (Attachment 3): Outlines the government's surveillance methods, metrics, and acceptable quality levels.
- Wage Determination (Attachment 7): Specifies minimum wage rates and fringe benefits for work performed in designated Virginia and North Carolina counties under the Service Contract Act.
- Government Furnished Property (Attachment 9): Lists significant resources provided by the government, including workspaces, a maintenance facility, tools, and supplies.
Proposals must be submitted electronically. Offerors that are not small businesses must submit a Small Business Participation Plan. Contact Daniel Petro (daniel.p.petro.civ@us.navy.mil) for inquiries.