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 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 is an UNRESTRICTED 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 logistics and engineering support services including preventative maintenance (PM), unscheduled maintenance (UM), 12/18-month maintenance, 18-month weight test and/or fork certification, technical troubleshooter (TTS) services, transportation, and administrative support. Equipment includes warehouse tractors, forklifts, pallet trucks, container handlers, mobile shipboard cargo cranes, and aerial work platforms. Performance standards emphasize maximizing equipment longevity, minimizing repair costs, ensuring safety, and reducing downtime, with specific response times for trouble calls (e.g., 24 hours for TTS, 96 hours for UM).
Services will be performed primarily at Naval Station Norfolk, VA, including specific buildings (LP-26, V-58, LP-22, W-127), and on various Naval vessels (CONUS and OCONUS), with potential travel to other locations such as Mayport, FL; Manama, Bahrain; Rota, Spain; and Mina Jebel Ali, UAE.
Contract Details
- Contract Type: Cost-Plus-Fixed-Fee (CPFF). The government will not consider Firm-Fixed-Price.
- Period of Performance: A base period from August 30, 2026, to August 29, 2027, followed by four option periods, extending the potential duration to August 29, 2031. A FAR 52.217-8 option period is also available, extending to February 29, 2032.
- Pricing: CPFF for Labor, and Cost No Fee for Materials, Other Direct Costs (ODCs), and Travel.
- Set-Aside: UNRESTRICTED / Full and Open Competition.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance).
- Incumbent: Huntington Ingalls Industries (Contract N0018921D0018).
Submission & Evaluation
- Offer Due Date: April 27, 2026, 11:00 AM Local Time.
- Submission: Proposals must be submitted electronically via email. Specific page limitations apply to various volumes.
- Evaluation: Best value with trade-offs. 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 (required even for small businesses)
- Factor IV - Cost/Price
- Technical Approach is more important than Past Performance, which is more important than Small Business Participation.
- Offerors must complete Attachment 2, the "Level of Effort Cost Spreadsheet," for detailed cost breakdowns. Past Performance Information Form (Attachment 5) is required.
- Offerors without an approved accounting system must comply with FAR 15.404-2(b)(4) and DFARS 242.7501.
Key Clarifications & Notes
Amendment 2 (April 17, 2026) confirmed the inclusion of Attachment 10 (Questions and Answers), updated the name of Attachment 2, and changed "Project Manager" to "Program Manager" in the PWS. The government will provide significant Government Furnished Property (GFP), including NMCI workspaces, a warehouse/maintenance facility, tools, and supplies. Personnel may require SECRET clearance and must possess required qualifications and licenses. The Service Contract Act Wage Determination 2015-4341 (Rev. 32) applies to this effort.