Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2026 SAM #8871
SOURCES SOUGHT

S -- MEDLOGCO Warehousing Support Operations

Notice Date
3/9/2026 6:51:34 PM
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
COMMANDING OFFICER FPO AP 96371-9001 USA
 
ZIP Code
96371-9001
 
Solicitation Number
26-RFI-0004
 
Response Due
3/19/2026 4:00:00 PM
 
Archive Date
04/04/2026
 
Point of Contact
Angela Dash, Phone: 315-645-8528, Angela Dash, Phone: 315-645-8528
 
E-Mail Address
angela.j.dash.civ@usmc.mil, angela.j.dash.civ@usmc.mil
(angela.j.dash.civ@usmc.mil, angela.j.dash.civ@usmc.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Marine Corps Installation Pacific (MCIPAC) Regional Contracting Office (RCO), III Marine Expeditionary Force (III MEF), is conducting market research to identify qualified companies interested in and capable of providing the services described in the attached draft Performance Work Statement (PWS). Your responses to this notice will assist in determining the appropriate acquisition strategy for this requirement. This Sources Sought Notice does not constitute a solicitation and is for information and planning purposes only. Quotes and proposals are not being requested or accepted at this time. Scope This requirement will provide comprehensive Warehousing Support Operations (WSO) in support of the Medical Logistics Company (MEDLOGCO), Combat Logistics Regiment 35 (CLR-35), 3d Marine Logistics Group (3d MLG), III Marine Expeditionary Force (III MEF). The contractor shall perform all measures necessary to provide medical logistics support, including storage, distribution, inventory management, requisition management, resupply, disposition of materiel, and administrative support services for medical and dental materiel required to sustain III MEF operational readiness, as further detailed in the attached draft PWS. The planned period of performance will consist of one (1) Base Year commencing on or about 13 September 2026 through 12 September 2027, and four (4) one-year option periods through 12 September 2031. Services will be performed at a government-furnished warehouse facility in Okinawa, Japan. The anticipated contract is a commercial, firm fixed price type contract under North American Industry Classification System (NAICS) Code 493110 � General Warehousing and Storage, or [AD1] [KH2] NAICS Code 493190 � Other Warehousing and Storage. The estimated value of this requirement is approximately $650,000[AD3] [KH4] per year. Submission Requirements Interested companies shall submit a written Capabilities Statement not to exceed ten (10) pages demonstrating their ability to meet the requirements outlined in the attached draft PWS. The following information shall be provided: Full business name, address, point of contact (name, telephone number, and email address), and Unique Entity ID (UEI). Business size and socioeconomic status under NAICS Code 493110 (General Warehousing and Storage) or 493190 (Other Warehousing and Storage)[AD5] [KH6] Identify any existing Best-in-Class (BIC) contract vehicles, GSA Federal Supply Schedule (FSS) contracts, Government-Wide Acquisition Contracts (GWACs), or agency Indefinite Delivery/Indefinite Quantity (IDIQ) contracts that your company holds that could be utilized for this requirement. Provide the contract number, agency, and a brief description of the contract scope. Submit a list and description of the relevant labor categories in your established contract that could fulfill the warehousing, inventory management, and administrative support requirements outlined in the attached draft PWS. Demonstrated experience performing warehousing or medical logistics support services of similar size, scope, and complexity. Provide examples of current and/or recent contracts performed that are similar in scope to the requirements described in the attached draft PWS, including contract number, period of performance, and annual contract value. [AD7] [KH8] Description of organizational capability and workforce resources to perform services in Okinawa, Japan, including any existing overseas presence, partnerships, or Status of Forces Agreement (SOFA)-compliant staffing plans.[AD9] [KH10] Describe any existing or potential teaming agreements or subcontracting relationships your company has or could establish that would support your ability to perform this requirement. Indicate whether your company has experience performing contracts Outside the Continental United States (OCONUS), specifically in support of DoD warehousing, medical logistics, or supply chain operations. If so, provide contract numbers, a brief description of the work performed, and the location (country/region) where services were performed. Based on your understanding of the PWS requirements, identify any alternative NAICS codes that may be more appropriate for this requirement. Provide the NAICS code and a justification for its use. Feedback is encouraged on any aspects of the attached draft PWS, including potential ambiguities, inconsistencies, or areas requiring further clarification. Questions/Submissions Interested companies shall email all capability packages and suggestions to Keiji Hiyajo at keiji.hiyajo.ln@usmc.mil and Angela Dash at angela.j.dash.civ@usmc.mil before the set deadline of this Sources Sought Notice. All submissions shall reference Sources Sought Notice 26-RFI-0004 in the subject line of the email. Capability Package Due: March 20, 2026 at 08:00 a.m. Japan Standard Time (JST). Please do not submit proposals at this time. This is strictly a Sources Sought Notice to identify potentially interested vendors. Further information will be provided in the solicitation, if issued. Note This Sources Sought Notice is NOT a Request for Quotation, a promise to contract, or a commitment of any kind on the part of the Government. There will be no debrief, evaluation letters, and/or results issued to interested parties that choose to respond. Information obtained from this Sources Sought Notice is for market research purposes ONLY, to determine interest in the requirement from industry and to assist with better defining the Government's requirement and establishing the acquisition approach All information received in response to this Sources Sought Notice marked or designated as proprietary will not be released outside the Government. Please note that information within this Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any. The Government shall not reimburse or assume any cost incurred by interested parties that respond to this notice. Attachment Draft Performance Work Statement (PWS)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/776b6c25b4b74e63bb4d22db1ebe265a/view)
 
Place of Performance
Address: JP-47, JPN
Country: JPN
 
Record
SN07739159-F 20260311/260309230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.