SERVMART walk-in store
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to operate the Norfolk Super SERVMART walk-in store in Norfolk, VA. This unrestricted acquisition seeks a commercial retail store operator and logistics service integrator to provide supplies and third-party logistics (3PL) support to U.S. Naval activities in the Virginia Hampton Roads area. The estimated maximum value is $87.27 million for the base period and $8.73 million for a 6-month option. Proposals are due January 27, 2026, at 10:00 AM EST.
Scope of Work
The contractor will operate a full-service walk-in retail store at Naval Station Norfolk (Building W-135), maintaining a minimum stock of 4,000 items with high availability rates (97% for catalog, 100% for "Never Out List"). Services include operating a mobile store, providing free delivery (minimum $50 order) within the Hampton Roads area, and offering electronic ordering with a catalog. Supplies encompass office, janitorial, industrial hardware, galley, safety, and tactical equipment, primarily National Stock Number (NSN) items approved for local procurement. A list of prohibited items (e.g., items over $5,000) is provided.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Fixed-Price (FP) and Economic Price Adjustment (EPA) provisions.
- Period of Performance: A 5-year ordering period (CLIN 0001) and a 6-month option period (CLIN 0002).
- Estimated Maximum Value: $87,272,727.30 (CLIN 0001) and $8,727,272.70 (CLIN 0002).
- Set-Aside: Unrestricted.
- NAICS Code: 322230 (750-employee size standard).
- Place of Performance: Norfolk, VA.
Evaluation Criteria
Award will be based on a Best Value Trade-off process. Non-Price factors (Technical, Past Performance, Small Business Participation) are significantly more important than Price.
- Technical Factor: Evaluates Performance Approach and Staffing & Management Approach.
- Past Performance: Assessed based on recency, relevancy, and quality within the last 5 years. Offerors must submit past performance information using Attachment 7.
- Small Business Participation: Evaluated on commitment to small businesses, complexity of work for small firms, and past compliance.
Key Documents & Amendments
This solicitation has undergone 17 amendments, primarily extending the proposal due date and providing clarifications.
- Mandatory Site Visit: A mandatory site visit was held on September 17, 2025 (originally August 21, 2025), with specific sponsorship requirements detailed in Amendments 0002, 0003, and 0005. Failure to attend disqualified vendors.
- Attachments: Critical attachments include "Att 1 Shopping Procedures" (Government purchase card details), "Att 2 Mandatory Items Listing" (NSNs, historical sales), "Att 3 Prohibited Items Listing," "Att 5 Test Market Basket v3.xlsx" (detailed pricing), "Att 7 Past Performance Information Form" (for offerors), "Att 8 Past Performance Report Form" (for evaluators), and "Att 10 QASP" (quality assurance standards).
- Questions & Answers: A comprehensive Q&A document (updated via Amendment 0014) addresses vendor inquiries, including market basket details and TAA compliance. The deadline for questions was September 22, 2025.
Submission Details
Proposals must be submitted electronically. The final due date, after multiple extensions, is January 27, 2026, at 10:00 AM EST. Questions were due by September 22, 2025.
- Primary Contact: John Hill (john.c.hill36.civ@us.navy.mil, 771-229-0252).
- Secondary Contact: Samantha Miller (samantha.a.miller77.civ@us.navy.mil, 564-230-2642).