Navy Medical Readiness Logistics Command (NMRLC) - Warehouse Support Services (WSS)
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 the Navy Medical Readiness Logistics Command (NMRLC), is soliciting proposals for Warehouse Support Services (WSS) in Williamsburg, VA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, exclusively for qualified firms holding an active Seaport contract. The services involve maintaining Civil Engineering Equipment (CEE) for NMRLC EXMEDS programs. The solicitation follows a two-step submission process, with Step One due March 27, 2026, and Step Two due April 24, 2026.
Scope of Work
The contractor will provide comprehensive warehouse support, encompassing all aspects of warehousing operations. A primary responsibility is the maintenance of Civil Engineering Equipment (CEE), which includes Civil Engineer Support Equipment (CESE), Civil Engineer End Items (CEEI), Configurable Shelters, Containers, and Expeditionary Tool Kits.
Contract & Timeline
- Contract Type: Contemplated as Cost-Plus-Fixed-Fee (CPFF).
- Duration: Includes a base period and multiple option periods, extending the potential performance through December 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Published Date: March 23, 2026.
- Step One Submission Due: March 27, 2026, by 5:30 PM EDT.
- Step Two Submission Due: April 24, 2026, by 5:30 PM EDT.
Submission & Evaluation
This is a two-step submission process:
- Step One: Requires demonstration of past performance (maximum 3 pages) and the bidder's Seaport IDIQ number. Only viable Step One submissions will be invited to Step Two.
- Step Two: Detailed instructions are provided in Sections L and M of the solicitation.
- Submission Method: Quotes must be submitted via email to Austin Waller at austin.p.waller.civ@us.navy.mil.
- Evaluation: Award will be based on a best-value trade-off process. The Performance Approach will be considered more important than Past Performance. Cost will also be evaluated for realism.
Pricing Information
Bidders are required to use the provided Pricing Template - NMRLC WSS.xlsx for their cost proposals. This template outlines various labor categories (LCATs) such as Program Manager, Operations Supervisor, and specialists (Inventory, Logistics, Hazmat) located in Williamsburg, VA. It includes fields for estimated hours, direct rates, and projected costs across five years plus a 6-month period, as well as categories for Subcontractor costs, Other Direct Costs (Travel, ODCs), and Indirect Costs (Fringe, Overhead, G&A). Bidders must input their specific pricing data into the template.
Eligibility / Set-Aside
This solicitation is reserved exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that hold an active Seaport contract. Quotes from other contractors will not be considered.
Additional Notes
Offerors may submit questions until March 25, 2026; responses will be provided via amendment. Preparation costs are not reimbursable. The Navy will use a fair opportunity process in accordance with FAR 16.505(b).