SERVMART walk-in store

SOL #: N0018925R0043Solicitation

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

Stationery Product Manufacturing (322230)

PSC

Office Supplies (7510)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 12, 2025
2
Last Updated
Jan 26, 2026
3
Submission Deadline
Jan 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 Fleet Logistics Center Norfolk, is soliciting proposals for an Indefinite Quantity/Indefinite Delivery (IDIQ) contract to operate a SERVMART walk-in store in Norfolk, VA. This opportunity, Solicitation Number N0018925R0043, 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 proposal due date has been extended multiple times, with the latest deadline set for January 27, 2026, at 10:00 AM EST.

Scope of Work

The selected 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 items, 100% for "Never Out List"). Services include operating a mobile store and providing free delivery (minimum $50 order) within the Hampton Roads area. Supplies encompass office supplies/equipment, non-hazardous janitorial items, industrial hardware, galley supplies, safety, and tactical equipment, all requiring National Stock Number (NSN) approval for local procurement. A list of prohibited items (e.g., items with a unit price of $5,000 or greater) must be adhered to. AbilityOne items must be provided as specified by NSN, with no "Essentially the Same" (ETS) substitutions.

Contract Details

This is an Unrestricted acquisition under NAICS Code 322230 (Size Standard: 750 employees). The contract type is Indefinite Delivery Indefinite Quantity (IDIQ) with Fixed-Price (FP) and Economic Price Adjustment (EPA) provisions. The period of performance includes a 5-year ordering period (CLIN 0001) and a 6-month option period (CLIN 0002), with an estimated maximum value of $87,272,727.30 for CLIN 0001 and $8,727,272.70 for CLIN 0002.

Key Amendments & Clarifications

This solicitation has undergone 18 amendments, significantly impacting submission details and clarifications. The proposal due date has been extended numerous times, most recently to January 27, 2026. A mandatory site visit was held on September 17, 2025. Key clarifications include updates to the Test Market Basket (Attachment 5), removal of Service Contract Act clauses (Amendment 0018), and strict adherence to DFARS clause 252.211-7003 regarding "Brand name or equal" and the $5,000 unit price threshold for prohibited items. Vendors are advised to review all amendments, especially Amendment 0014 for Market Basket updates and Amendment 0018 for the removal of Service Contract Act clauses and other Q&A.

Evaluation Criteria

Proposals will be evaluated using a Best Value Trade-off process, where Non-Price factors (Technical, Past Performance, Small Business Participation) are significantly more important than Price. The Technical factor includes Performance Approach and Staffing & Management Approach. Past Performance will be assessed based on recency, relevancy, and quality within the last 5 years. Small Business Participation will be evaluated on commitment, complexity of work for small firms, and past compliance.

Submission Requirements

Proposals must be submitted electronically. Questions regarding the solicitation were due by September 22, 2025. Offerors must comply with detailed instructions for proposal format and content, including specific page limitations and file compatibility.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 21
Solicitation
Posted: Jan 26, 2026
View
Version 20
Solicitation
Posted: Jan 23, 2026
View
Version 19Viewing
Solicitation
Posted: Jan 23, 2026
Version 18
Solicitation
Posted: Jan 15, 2026
View
Version 17
Solicitation
Posted: Jan 8, 2026
View
Version 16
Solicitation
Posted: Dec 29, 2025
View
Version 15
Solicitation
Posted: Dec 9, 2025
View
Version 14
Solicitation
Posted: Dec 4, 2025
View
Version 13
Solicitation
Posted: Nov 12, 2025
View
Version 12
Solicitation
Posted: Oct 15, 2025
View
Version 11
Solicitation
Posted: Oct 15, 2025
View
Version 10
Solicitation
Posted: Sep 29, 2025
View
Version 9
Solicitation
Posted: Sep 23, 2025
View
Version 8
Solicitation
Posted: Sep 16, 2025
View
Version 7
Solicitation
Posted: Sep 8, 2025
View
Version 6
Solicitation
Posted: Aug 26, 2025
View
Version 5
Solicitation
Posted: Aug 21, 2025
View
Version 4
Solicitation
Posted: Aug 20, 2025
View
Version 3
Solicitation
Posted: Aug 20, 2025
View
Version 2
Solicitation
Posted: Aug 14, 2025
View
Version 1
Solicitation
Posted: Aug 12, 2025
View
SERVMART walk-in store | GovScope