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 Delivery/Indefinite Quantity (IDIQ) contract to operate the Norfolk Super SERVMART walk-in store. This opportunity, valued at up to $96 million over a 5-year base period and a 6-month option, requires a commercial retail store operator and third-party logistics (3PL) support to provide a full range of supplies to U.S. Naval activities in the Virginia Hampton Roads area. Proposals are due by January 28, 2026, at 04:00 PM EDT.
Scope of Work
The selected contractor will operate a full-service walk-in retail store at Naval Station Norfolk (Building W-135) and a mobile store, offering customer pickup or delivery of quality items at discount prices. This includes maintaining a minimum stock of 4,000 "Never-Out List" items with 100% availability, and 97% availability for all catalog items. Supplies encompass office supplies/equipment, non-hazardous janitorial and sanitation supplies, industrial hardware, galley supplies, safety, and tactical equipment. All items must be National Stock Number (NSN) approved for local procurement, and a list of prohibited items (Attachment #3) must be adhered to. The contractor will operate the store at no cost to the government, with utilities and basic services provided.
Contract Details
- Solicitation Number: N0018925R0043
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Fixed-Price (FP) and Economic Price Adjustment (EPA) provisions.
- Estimated Value: Up to $87,272,727.30 for the 5-year base period (CLIN 0001) and $8,727,272.70 for a 6-month option (CLIN 0002).
- Period of Performance: 5-year ordering period plus a 6-month option.
- Set-Aside: Unrestricted.
- Place of Performance: Norfolk, VA 23511, United States.
- Product/Service Code: 7510 (Office Supplies).
Evaluation Criteria
Award will be based on a Best Value Trade-off process. Non-Price factors (Technical, Past Performance, and 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.
Important Clarifications & Notes
- Due Date: The proposal submission deadline has been extended multiple times, with the latest update (Amendment 0020) setting it to January 28, 2026, at 04:00 PM EDT.
- Service Contract Act: Applicable Service Contract Act clauses have been removed (Amendment 0018) as the RFP is primarily for commercial supplies.
- Item Restrictions: "Brand name or equal" is not allowed for catalog items due to DFARS clause 252.211-7003. The $5,000 unit price limitation for prohibited items (Attachment 3) remains firm.
- AbilityOne Compliance: Vendors must provide specified AbilityOne items via NSN and cannot offer "Essentially the Same" (ETS) products.
- Test Market Basket: The Test Market Basket (v5) has been updated (Amendment 0019) and is crucial for pricing proposals.
- Payment Methods: While MILSTRIP payment is anticipated for the follow-on contract, specific details and confirmation cannot be provided during this solicitation phase.
- Amendments: Offerors must acknowledge receipt of all amendments.