N0018926RL009 CNSL MHE

SOL #: N0018926RL009Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment (J039)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
Apr 27, 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 Navy, specifically NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Maintenance and Overhaul Services for Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE) for Commander Naval Surface Force, Atlantic (CNSL). This Unrestricted acquisition seeks a contractor to provide comprehensive support services. Proposals are due April 27, 2026.

Scope of Work

The contractor will provide 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 Shooter (TTS) services
  • Transportation Services
  • Administrative Support

This covers a wide range of MHE (e.g., warehouse tractors, forklifts, aircraft loaders) and SMSE (e.g., container handlers, mobile shipboard cranes, aerial work platforms). The objective is to maximize equipment longevity, minimize repair costs, ensure safety, and reduce downtime.

Contract Details

  • Contract Type: Cost-Plus-Fixed-Fee (CPFF) for labor, with Cost No Fee for materials, Other Direct Costs (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 potential six-month extension under FAR 52.217-8 (ending February 29, 2032).
  • Place of Performance: Primarily Norfolk, VA, including FLC-Norfolk facilities, but also various Naval vessels (CONUS and OCONUS) and other directed locations such as Mayport, FL; Manama, Bahrain; Rota, Spain; and Mina Jebel Ali, UAE.
  • Set-Aside: Unrestricted.
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance).

Submission & Evaluation

  • Proposal Due Date: April 27, 2026, at 11:00 AM Local Time.
  • Questions Due Date: April 13, 2026, at 10:00 AM Eastern Time (as updated by Amendment 1).
  • Submission Method: Electronically via email.
  • Evaluation: A best value with trade-offs source selection process will be used. Non-Cost/Price factors are more important than Cost/Price.
    • Factor I - Technical Approach: (Performance Approach, Staffing & Management Approach - equally weighted)
    • Factor II - Past Performance
    • Factor III - Small Business Participation Plan
    • Factor IV - Cost/Price
    • Technical Approach is more important than Past Performance, which is more important than Small Business Participation.

Key Requirements & Attachments

The Performance Work Statement (PWS) (Attachment 1) details the full scope, performance standards, personnel qualifications, and reporting requirements, including potential OCONUS travel for a minimum two-person team and security clearances. The contractor is responsible for parts support. Attachment 2 (Level of Effort Spreadsheet) provides estimated labor hours and FTEs for all periods, crucial for cost proposals. The Quality Assurance Surveillance Plan (QASP) (Attachment 3) outlines how performance will be monitored. Attachment 9 lists Government Furnished Property (GFP) available, including workspaces, a warehouse, and various tools. Offerors must submit Past Performance Information Forms (Attachment 5) and be aware that customer feedback will be collected via Attachment 6. A Wage Determination (Attachment 7) specifies minimum labor costs for the region.

Contact Information

For inquiries, contact Daniel Petro (daniel.p.petro.civ@us.navy.mil, 757-589-6970) or Christopher Whiteside (christopher.d.whiteside2.civ@us.navy.mil, 757-443-0780).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Apr 17, 2026
View
Version 4
Solicitation
Posted: Apr 17, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 8, 2026
Version 2
Solicitation
Posted: Mar 27, 2026
View
Version 1
Solicitation
Posted: Mar 27, 2026
View