Opportunity
SAM #N6264926SSAUSHHG
Comprehensive Leasing and Lifecycle Management of Household Goods and Appliances for U.S. Navy at NSA Stirling, Australia
Buyer
NAVSUP Fleet Logistics Center Yokosuka
Posted
April 27, 2026
Respond By
May 08, 2026
Identifier
N6264926SSAUSHHG
NAICS
532289, 532490, 561210
The Department of the Navy is seeking commercial vendors to provide comprehensive lifecycle management and leasing services for household goods and appliance packages supporting U.S. Navy personnel and families at Naval Support Activity (NSA) Stirling, Western Australia, as part of the Submarine Rotational Force-West mission. - Government Buyer: - Department of the Navy, Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka - Supported installation: Naval Support Activity (NSA) Stirling, Western Australia - Products/Services Requested: - Turnkey lifecycle leasing and management of commercial-off-the-shelf (COTS) residential furniture, major appliances, and essential houseware kits - Furniture: 3-seater and 2-seater sofas, armchairs, coffee/end tables, TV stands, dining tables and chairs, beds (queen/single), bedside tables/lamps, chest of drawers - Appliances: Refrigerators/freezers (450-550L), electric/gas ovens and stovetops, microwaves (30-56L, min. 700W), washing machines (10kg), electric/gas dryers (8kg), coffee makers, toasters, kettles, televisions (50" LCD/LED), vacuum, lawn mower kits, line trimmer kits - Houseware Kits: Kitchen packages (4- and 6-place), linen packages, bathroom and laundry kits, towel sets, tool kits, fire extinguishers, carbon monoxide alarms, power strips, transformers - Services include: - Delivery, setup, installation, and professional assembly at off-base residences within a 60-kilometer radius of NSA Stirling - In-service sustainment, maintenance, repair/replacement, and final retrieval/closeout - Order management, monthly status reporting, and rapid response to critical failures (within 24 hours) - Unique/Notable Requirements: - All products must meet Australian standards and power requirements - Contractor must manage logistics, maintenance, and retrieval locally in Western Australia - Compliance with U.S. Government registration (SAM and NCAGE codes) is mandatory - Performance standards require rapid response to critical failures (24 hours) and non-critical issues (3 business days) - No specific OEMs or brands are named; all products must be commercial-grade and suitable for residential use - Place of performance includes NSA Stirling and multiple off-base leased residences within a 60-kilometer radius
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)