Loading...
N6264926SSAUSHHG
Response Deadline
May 8, 2026, 7:00 AM(GMT+9)11 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT NOTICE
Requirement Title: Lifecycle Management Services for Household Goods and Appliance Packages – NSA Stirling
Product Service Code: W072 - Lease or Rental of Equipment: Household and Commercial Furnishings and Appliances
NAICS: 532289 - All Other Consumer Goods Rental
1.0 DISCLAIMER
This is a Sources Sought Notice (SSN) only. This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this SSN; all costs associated with responding to this notice will be solely at the interested party’s expense.
2.0 BACKGROUND & PURPOSE
The Department of the Navy, Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is conducting market research to identify capable commercial vendors to provide services for comprehensive lifecycle leasing and management of household goods and appliances. This requirement will support U.S. Navy personnel and their families assigned to Naval Support Activity (NSA) Stirling, Western Australia, in support of the Submarine Rotational Force-West (SRF-W) mission. The Government anticipates awarding a single-award, Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a 5-year ordering period.
3.0 SCOPE OF WORK
The Government requires a comprehensive, turnkey commercial lifecycle management and leasing service. The Government is not procuring ownership of supplies; rather, it is purchasing a managed service to establish and maintain a fully functional living environment for personnel. The contractor shall be responsible for the full lifecycle of the requirement, including:
4.0 DRAFT PERFORMANCE WORK STATEMENT
A Draft Performance Work Statement (PWS) is attached to this notice to provide industry with a detailed understanding of the anticipated technical, logistical, and quality assurance requirements. Note: This PWS is a draft document provided solely for market research purposes. The Government welcomes industry feedback, recommendations, or comments regarding the feasibility, commerciality, or clarity of the requirements outlined in the draft PWS. Any feedback should be included as a separate section within the Capability Statement submission. The Government will not provide direct responses to questions submitted regarding the draft PWS, nor will this Sources Sought Notice be amended to provide answers. All feedback and questions received will be reviewed internally and considered solely for the purpose of refining the final PWS prior to the release of the formal RFP.
5.0 SYSTEM FOR AWARD MANAGEMENT
Please be advised that to be eligible for the award of any U.S. Government contract, a company must be actively registered in the System for Award Management (SAM) at www.sam.gov at the time of proposal submission. For international (non-U.S.) vendors, this process requires first obtaining a NATO Commercial and Government Entity (NCAGE) code. The registration process is entirely free, but it can take several weeks to complete. The Government strongly encourages any interested vendor that is not currently registered in SAM.gov to begin the NCAGE and SAM registration processes immediately to avoid being ineligible to propose on the anticipated future solicitation.
6.0 SUBMISSION INSTRUCTIONS
Interested commercial vendors that possess the capabilities to meet the requirements described above are invited to submit a brief Capability Statement (no more than 5 pages, excluding PWS feedback). The statement should address the following:
Responses should be submitted via email to Mr. Kyler Hunter at kyler.j.hunter2.civ@us.navy.mil no later than 8 May 2026 at 1600 Japan Standard Time (JST). The information received will be considered solely for the purpose of determining market capability and formulating the acquisition strategy.
This notice includes the following Attachments:
Attachment (1) Draft Performance Work Statement
(End of Sources Sought Notice)
Kyler Hunter
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSUP
NAVSUP GLOBAL LOGISTICS SUPPORT
NAVSUP FLC YOKOSUKA
NAVSUP FLT LOG CTR YOKOSUKA
NAVSUP FLT LOG CTR YOKOSUKA
PSC 473 BOX 11
FPO, AP, 96349-1500
NAICS
All Other Consumer Goods Rental
PSC
LEASE OR RENTAL OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES
Set-Aside
No Set aside used