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 Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for an Indefinite Quantity/Indefinite Delivery (IDIQ) contract to acquire supplies and third-party logistics (3PL) support services for the Norfolk Super SERVMART. This Unrestricted opportunity seeks a commercial retail store operator and logistics service integrator to provide a full range of quality items at discount prices to U.S. Naval activities in the Virginia Hampton Roads area. Proposals are due by 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 "Never-Out List" items with 100% availability, and 97% availability for all catalog items. Services include operating a mobile store and providing free delivery (minimum $50 order) within the Hampton Roads area. Ordering will be available via electronic methods, supported by a comprehensive catalog. Supplies encompass office, non-hazardous janitorial/sanitation, industrial hardware, galley, safety, and tactical equipment, primarily National Stock Number (NSN) items approved for local procurement. Items with a unit price of $5,000 or greater are prohibited.
Contract Details
This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract 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). The estimated maximum value is $87,272,727.30 for CLIN 0001 and $8,727,272.70 for CLIN 0002. The acquisition is Unrestricted, with NAICS Code 322230 and a 750-employee size standard. The place of performance is Norfolk, VA.
Submission & Evaluation
Proposals must be submitted electronically by January 27, 2026, at 10:00 AM EST. The award will be based on 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 evaluated based on recency, relevancy, and quality within the last 5 years. A mandatory site visit was held on September 17, 2025; failure to attend resulted in disqualification.
Key Updates & Clarifications
The solicitation has undergone numerous amendments, primarily extending the proposal due date multiple times, with the latest extension to January 27, 2026. Amendment 0018 removed Service Contract Act clauses, as the RFP is primarily for commercial supplies. The "Test Market Basket" (Attachment 5) has been updated to version 5 via Amendment 0019, which also modified several other attachments including Shopping Procedures, Mandatory/Prohibited Items Listings, On-Site Items, and various forms (Contractor Discrepancy, Past Performance, Contract Administration Plan, QASP). Clarifications have been provided regarding catalog item restrictions (DFARS 252.211-7003), the $5,000 unit price limit for prohibited items, and AbilityOne compliance. Building renovations are anticipated to conclude by December 17, 2026.
Contacts
For questions, contact Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.