NAVSUP Aisle Saver Removal and Disposal Services
ID: NAVSUPFLCN-AISLE-SAVERType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Used Household and Office Goods Moving (484210)
Timeline
    Description

    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk is seeking qualified vendors to provide deconstruction and removal services for an Aisle Saver storage system located at Naval Station Norfolk, Virginia. The project entails the careful disassembly, transportation, and disposal of office furniture, including metal rolling filing cabinets and floor tracks, with a focus on compliance with U.S. Government regulations regarding safety and health standards. This opportunity is part of NAVSUP's commitment to maintaining organized workspaces and efficient logistical operations. Interested parties must submit their capability statements by 10:00 AM EST on March 19, 2025, to Claudette Jones at claudette.j.jones.civ@us.navy.mil, and the anticipated contract type is Firm-Fixed Price.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Supply Systems Command Fleet Logistics Center Norfolk (NAVSUP FLCN) is seeking contractors for the removal of an Aisle Saver storage system on the sixth floor of Building W143 at Naval Station Norfolk. The project involves the careful disassembly, transportation, and disposal of specific office furniture, including metal rolling filing cabinets and floor tracks, ensuring all materials are promptly removed from the site. Contractors must possess adequate experience and qualifications in handling and disposing of similar office equipment, along with the necessary certifications for personnel involved. Compliance with U.S. Government regulations regarding security, safety, and health standards is mandatory, and background checks are required for all personnel. The contract assigns full responsibility to the contractor for planning, execution, and completion of the removal in a timely manner, adhering to all specified requirements. The anticipated period of performance is set for one day, and contractors are expected to communicate consistently with NAVSUP FLCN throughout the task. This RFP reflects the government’s commitment to maintaining safe and organized workspaces while complying with federal regulations during such operations.
    The Naval Supply Systems Command Fleet Logistics Center Norfolk (NAVSUP FLCN) has issued a Request for Information (RFI) to explore market capabilities for deconstruction and removal services within its Norfolk, Virginia facility. This RFI serves as a Sources Sought Notice, emphasizing that it is for information-gathering only and does not entail any contract awards. The services required include the disassembly and removal of office furniture, specifically an aisle saver system. Interested organizations must provide a capability statement detailing their experience in similar projects, including company profile, small business status, and a rough order of magnitude estimate for the project costs. The relevant North American Industry Classification System (NAICS) code is 484210, and the anticipated contract type is Firm-Fixed Price. Responses to this RFI should be submitted electronically and will be kept confidential if marked as proprietary. The solicitation aims to identify qualified vendors to assist NAVSUP FLCN in fulfilling its logistical needs efficiently while ensuring compliance with specifications outlined in an attached draft Performance Work Statement (PWS).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Shipboard Recreational Furniture
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide shipboard recreational furniture under a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to support the U.S. Navy's Shipboard Habitability Improvement Program by supplying various types of recreational furniture that meet specific military and commercial specifications, including fire performance standards and quality management protocols. This initiative is crucial for enhancing the living conditions aboard naval vessels, ensuring that personnel have access to appropriate recreational facilities. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Robert Seth Harrell at robert.s.harrell15.civ@us.navy.mil or Joseph Frech at joseph.l.frech.civ@us.navy.mil, with questions due by 0900 EST on March 25, 2025.
    RELOCATION SERVICES (VA to MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking contractors for relocation services to transport storage equipment for the Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA, to Gulfport, MS. The contractor will be responsible for dismantling, packing, and reassembling equipment, ensuring careful handling and compliance with safety and security protocols throughout the process. This relocation project is critical for maintaining operational readiness and functionality of the UCT-1, with work scheduled to commence around May 16, 2025, and conclude by August 21, 2025. Interested parties should contact Morgan Olszak at morgan.e.olszak.civ@us.navy.mil for further details and to express their interest in this opportunity.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    7110 - NAVEUR/NAVAF Furniture Refresh at NSA Naples, Capodichino B440
    Buyer not available
    The Department of Defense, through the NAVSUP FLC Sigonella Naples Office, is seeking contractors for the procurement of office furniture as part of a refresh initiative at NSA Naples, Capodichino B440. This presolicitation opportunity focuses on the manufacturing and supply of office furniture, specifically categorized under NAICS code 337214 and PSC code 7110. The furniture is essential for maintaining a functional and efficient workspace for military personnel and support staff. Interested vendors can reach out to Contract Specialist Michael Sands at 39 081-568-6572 or via email at michael.a.sands17.civ@us.navy.mil for further details regarding the procurement process.
    USS ROOSEVELT BUILT-IN VIDMAR CABINET SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR San Diego, is seeking procurement for a built-in Vidmar cabinet system for the USS Roosevelt. This opportunity falls under the NAICS code 332439, which pertains to Other Metal Container Manufacturing, indicating a focus on durable and functional storage solutions for naval operations. The Vidmar cabinet system is crucial for organizing and securing equipment and supplies aboard the vessel, enhancing operational efficiency and safety. Interested vendors can reach out to Charles E. Bruce via email at charles.e.bruce2.civ@us.navy.mil for further details regarding this special notice.
    25--Notice for anticipated bridge contract.
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is announcing an Industry Day for a follow-on Third Party Logistics support requirement. The purpose of this Industry Day is to gather market research for the NAVSUP Fleet Logistics Center (FLC) Norfolk to make decisions regarding the acquisition strategy for Logistical Services for Facilities Management and Sustainment, Utilities, and Transportation capable of meeting the Government's demand and delivery requirements. This procurement is for services that will support the NAVFAC Mid-Atlantic Logistical services.
    MHE and SMSE Maintenance Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    70--REMOVABLE STORAGE (, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of removable storage solutions. This procurement aims to enhance the functionality and reliability of IT and telecom systems, particularly focusing on help desk support and productivity tools. The services are critical for maintaining operational efficiency within the Navy's IT infrastructure. Interested vendors should reach out to Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details regarding the presolicitation notice.
    V--Transportation, travel and relocation services.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking packing, containerization, and local drayage services for personal property shipments required by CPPSO. This service is typically used for the preparation of personal property of military members and civilian employees for movement or drayage and related services. The performance period for this 100% small business set-aside contract is anticipated to be a 12-month base period beginning on 01 June 2019 and ending on 31 May 2020, with options to extend through 30 November 2024. The place of performance is numerous locations throughout Maryland. The solicitation is expected to be available around 02 April 2019 on the Navy Electronic Commerce Online (NECO) website. All responsible sources may submit a proposal. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact David Crouch at david.w.crouch@navy.mil.
    Eustis Furniture Relocation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the relocation of furniture at Joint Base Langley-Eustis, Virginia, under a total small business set-aside contract. The project involves the removal, protection, and storage of existing office furniture from Building 662, as well as the transportation and installation of new workplace furniture, all while ensuring compliance with safety and military standards during ongoing renovations. Interested vendors must submit their quotes by March 17, 2025, following a site visit scheduled for March 4, 2025, and are encouraged to direct inquiries to the primary contact, A1C Pedro Roldan, at pedro.roldan.1@us.af.mil or 757-225-3428. Compliance with federal wage determinations and regulations is mandatory, emphasizing the importance of equitable compensation for workers involved in the project.