Production Support: Forklift Drivers
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.
This notice is being published in accordance with Federal Acquisition Regulation (FAR) 5.201 requiring the dissemination of information for proposed contract actions. This is not a solicitation or request for quotes or proposals. Therefore, no contract or purchase order will be awarded from this notice.
Norfolk Naval Shipyard (NNSY), Naval Sea Systems Command (NAVSEA), 1 Norfolk Naval Shipyard Portsmouth, VA 23709, intends to award a Firm-Fixed-Price (FFP) Single Award Contract for production support services of shipwrights. The intended contract will be awarded using the policies and procedures of FAR Part 13.5.
The requirement will be solicited as a 100% total Small Business set-aside. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 336611. The product Service Code is J998.
This will be 100 percent small business set aside. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. It is anticipated to be posted on December 5th, 2025 and close December 18th, 2025. The quote will be evaluated on best value with the following factors:
- Technical Narrative
- Capacity
- Price
The period of performance for this acquisition is anticipated to begin January 5th, 2026.
Once available, solicitation N4215826RS005, and subsequent amendments (if any) will be posted to SAM.gov. Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAM.gov website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at SAM.gov on the interested vendor list. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at https://Sam.gov.
All responsible sources may submit a quote which shall be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://Sam.gov.
All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Alicia Almberg and Melissa White, Contract Specialist at alicia.l.almberg.civ@us.navy.mil and Melissa.e.white13.civ@us.navy.mil