Warehouse Storage Support Services
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 Fleet Logistics Center (FLC) Norfolk intends to award a Firm Fixed-Price contract for Warehouse and Storage Support Services. This opportunity is designated as an Ability One Sole Source and covers comprehensive logistics operations for the Navy Regional Supply Office (RSO) Norfolk and RSO Oceana. Proposals are due March 23, 2026.
Scope of Work
The contractor will provide essential warehousing support, including Supplemental Aviation Spares Function (SASS), receiving, storing, Care For Material In Stock (COMIS), re-warehousing, issuing, delivery, pick-up, crating, packing, and handling of Government-owned material. Services will be performed at RSO Norfolk (Building SP-86) and RSO Oceana (Buildings 720, 722, & outside storage lot 731). Key tasks involve material delivery operations, customer service support, inventory support, and program management. The contractor must provide qualified personnel, including two Site Managers, and all necessary equipment, tools, and transportation.
Contract Details & Period of Performance
This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract. The North American Industry Classification System (NAICS) code is 493110 - General Warehousing & Storage (Size Standard: $34 million), and the Product Service Code (FSC) is S215 - Housekeeping Warehousing & Storage. The period of performance includes:
- Base Year: September 1, 2026 – August 31, 2027
- Option Year I: September 1, 2027 – August 31, 2028
- Option Year II: September 1, 2028 – August 31, 2029
- Option Year III: September 1, 2029 – August 31, 2030
- Option Year IV: September 1, 2030 – August 31, 2031
- FAR 52.217-8: September 1, 2031 – February 29, 2032
Submission & Evaluation
Proposals must be submitted in Microsoft Office Word, Excel, or Adobe format. Key submission requirements include Facility Security Clearance (Secret) verification, completed solicitation documents with pricing, and compliance with FAR/DFARS clauses. Evaluation will be based on Factor I: Facility Security Clearance (Acceptable/Unacceptable) and Factor II: Price. Offerors must be registered in the System for Award Management (SAM) database prior to award.
Key Updates & Attachments
Recent clarifications confirm the opportunity is an Ability One Sole Source. The proposal submission deadline has been extended to March 23, 2026. The Performance Work Statement (PWS) has been corrected, and questions and answers have been added. Important attachments include the PWS, Wage Determination, Quality Assurance Surveillance Plan (QASP), historical and projected workload data for RSO Norfolk and Oceana, a representative customer list, and definitions/acronyms.
Contact Information
All questions should be directed to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil.