WORLDWIDE WAREHOUSE REDISTRIBUTION SERVICES PROGRAM

SOL #: FA8630WWRS2026Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8630 AFLCMC WFK AFSAC
WRIGHT PATTERSON AFB, OH, 45433-5337, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Packing and Crating (488991)

PSC

Packing/Crating Services (V003)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Feb 24, 2026
3
Response Deadline
Feb 23, 2026, 6:00 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 Air Force, specifically the Air Force Life Cycle Management Center (AFLCMC/WF (AFSAC)), has issued a Sources Sought Notice (SSN) for In-transit Inspection Point (IIP) services for the Worldwide Warehouse Redistribution Services (WWRS) Program. This market research aims to identify capable sources for managing the receipt and transfer of excess serviceable support equipment and spare parts from Foreign Military Sales (FMS) countries to fulfill FMS and U.S. Government requirements. Responses are due by February 23, 2026.

Purpose & Scope

This SSN is for market research and planning purposes only; it is not a solicitation for proposals or an intent to award a contract. The Air Force is seeking to identify potential sources with expertise in providing IIP services, which include:

  • Receipt and Inspection: Visual inspection, verification against Redistribution Orders (RDOs), documentation, and photo/video recording.
  • Marking and Packaging: Cleaning, sanitization, removal of foreign markings, packaging per MIL-STD-2073-1E, and marking per MIL-STD-129R/130N(1).
  • Storage: Maintaining secure, dry facilities for materiel.
  • Onward Movement: Preparing documentation (DD forms), coordinating with freight forwarders, and ensuring timely shipment.
  • Disposal: Managing materiel disposal as instructed by the WWRS Program Management Office (PMO).
  • Documentation: Uploading reports and data to AFSAC On-line (AOL).
  • Liaison Support: Providing on-site personnel at the WWRS PMO at Wright-Patterson Air Force Base (WPAFB), OH, for inventory, data analysis, reporting, and communication.

The services support an average of 54 shipments per month, with materiel values ranging from $1.2M to $3.9M.

Key Requirements & Performance Standards

Contractors must meet stringent performance standards, including:

  • Turnaround Time: 90% of shipments within two business days, remaining within four business days.
  • Quality: 98% visual inspection, proper marking, identity verification, hazardous material handling, and no customer complaints.
  • Accuracy: 99% of shipments properly directed.
  • Documentation: 99.9% availability of discrepancy reports and digital media. Special requirements include MIL-I-45208 or ISO 9000/9001/9002 certification, favorable NACI or equivalent investigation for personnel, compatible IT systems, and potential CONUS/OCONUS travel.

Contract & Timeline

  • Opportunity Type: Sources Sought Notice (SSN)
  • Anticipated Duration (PWS): A 12-month base period with four 12-month option periods, totaling up to 60 months.
  • Place of Performance: Contractor's facility/warehouse and on-site at the WWRS PMO, WPAFB, OH.
  • Product Service Code: V003 (Packing/Crating Services)
  • Response Due: Monday, February 23, 2026, at 1:00 p.m. EST.
  • Published Date: January 22, 2026.

Submission Details

Interested parties should submit a capability package not exceeding 15 pages, adhering to specific formatting (8.5x11, 1-inch top/bottom margins, 0.75-inch side margins, single-spaced, Times New Roman 12pt font). The package must address the requirements in the SSN, the attached Contractor Capability Survey (Attachment 1), and the Draft Performance Work Statement (Attachment 2). Responses must be emailed to James Bane (james.bane.4@us.af.mil) and Ian Martian (ian.martin.10@us.af.mil) with the subject line "WWRS Program In-Transit Inspection Point (IIP) Services SSN Response". Only .pdf, .doc, or .xls attachments are permitted. Foreign-owned/controlled companies or foreign nationals are not allowed to participate.

Potential Set-Aside & Registration

Small business participation is highly encouraged. The government will use responses to determine if a small business set-aside is appropriate, requiring prime contractors to perform at least 50% of the effort. All prospective contractors must be registered in SAM.gov.

People

Points of Contact

James BanePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Feb 24, 2026
View
Version 2
Sources Sought
Posted: Feb 23, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 22, 2026
WORLDWIDE WAREHOUSE REDISTRIBUTION SERVICES PROGRAM | GovScope