Closed Solicitation · DEPT OF DEFENSE

    LIFECYCLE MANAGEMENT SERVICES FOR HOUSEHOLD GOODS AND APPLIANCE PACKAGES - NSA STIRLING

    Sol. N6264926SSAUSHHGSources SoughtFPO, AP
    Closed
    STATUS
    Closed
    closed May 8, 2026
    POSTED
    Apr 27, 2026
    Publication date
    NAICS CODE
    532289
    Primary industry classification
    PSC CODE
    W072
    Product & service classification

    AI Summary

    The Department of the Navy is seeking capable vendors for lifecycle management services for household goods and appliances at NSA Stirling. This Sources Sought Notice aims to gather information for a potential contract involving leasing, delivery, installation, and maintenance of residential items. Interested parties should submit a Capability Statement by May 8, 2026.

    Contract details

    Solicitation No.
    N6264926SSAUSHHG
    Notice Type
    Sources Sought
    Posted Date
    April 27, 2026
    Response Deadline
    May 8, 2026
    NAICS Code
    532289AI guide
    PSC / Class Code
    W072
    Primary Contact
    Kyler Hunter
    City
    FPO
    ZIP Code
    96349-1500
    AI Product/Service
    service

    Description

    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:

    • Commercial Lifecycle Leasing: Providing a comprehensive, full-service lease of a commercial inventory of standard residential furniture (e.g., beds, sofas, dining sets), major appliances (e.g., refrigerators, washers, dryers), and essential houseware kits (e.g., kitchen, linen, and bathroom kits). All items must be durable, Commercial-Off-The-Shelf (COTS) products capable of repeated residential reuse.
    • Delivery, Setup & Installation Service: Managing the complete logistics chain to include the delivery, professional assembly, in-home installation, and functional testing of all leased items at various off-base residential locations within a 60-kilometer radius of NSA Stirling.
    • In-Service Sustainment Support: Serving as the point of contact for the ongoing, on-site maintenance, repair, or replacement of all leased items for the duration of the service period.
    • Final Retrieval & Closeout: Executing the disassembly, inspection, and removal of all items at the conclusion of the service period.

    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:

    • Company Profile: Company name, point of contact, address, website, and current SAM.gov Unique Entity ID (UEI) or CAGE/NCAGE code (if currently registered). If your company is not registered in SAM.gov, please state so.
    • Relevant Experience: A brief description of your company's experience in providing short and long-term residential leasing of both furniture and major appliances.
    • Logistical Capability: Confirmation of your company's ability to manage the complete logistics solution (delivery, in-home installation, maintenance, and final retrieval) at various off-base locations within a 60km radius of NSA Stirling.
    • Teaming/Subcontracting: If you are a U.S.-based firm or a firm outside the Perth region, please briefly describe your intended approach to executing the local logistics and maintenance requirements (e.g., establishing a local presence, partnering with local Australian subcontractors).

    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)

    Key dates

    1. April 27, 2026Posted Date
    2. May 8, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    LIFECYCLE MANAGEMENT SERVICES FOR HOUSEHOLD GOODS AND APPLIANCE PACKAGES - NSA STIRLING is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.