SOURCES SOUGHT
A -- Research and Development Sources Sought - Engineered Coatings for (1) Topside Maintenance Painting and (2) Touch-up Repair for Ballast Tanks and Wet Spaces.
- Notice Date
- 2/6/2012
- Notice Type
- Sources Sought
- NAICS
- 325510
— Paint and Coating Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- NRL-12-GA01
- Archive Date
- 3/27/2012
- Point of Contact
- Grace A. Pennington, Phone: 2027670682
- E-Mail Address
-
grace.pennington@nrl.navy.mil
(grace.pennington@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This request for information (RFI) is issued by the Naval Research Laboratory (NRL) for information and planning purposes only. No awards will be made from the responses to this announcement. However, responses may be used to determine the appropriate acquisition strategy for a future acquisition. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of NRL to acquire any product or services. The NRL does not intend to award a contract based on this RFI or otherwise pay for the information requested. Submission of a response to this RFI is voluntary. The voluntary submission of a response to this RFI shall not obligate the NRL to pay or entitle the submitter to any compensation. All information and data received in response to this RFI marked or designated as corporate or proprietary information will be protected as such. NRL seeks to identify organic coatings, or applique systems, to increase substantially the life of current maintenance practices. NRL is seeking high-build products of 20 mils or greater for two particular scenarios: (1) topside maintenance painting, and (2) touch-up repair for ballast tanks and wet spaces. Please provide any information in the form of Product Data Sheets, MSDS information, testing data and/or product history. You may provide information on products that meet one or both applications. (1) Topside coatings will be applied by ships force over SP-1 or SP-1/SP-2 surfaces. There will be varying degrees of residual rust, salt, and moisture. The intended service life is 24-36 months until the corroded surface might be more traditionally repaired in an industrial setting. (2) Tank coatings will be applied during an industrial availability by professional applicators over SP-3 or SP-11 hand-prepared surfaces. Surface contamination will be controlled by NAVSEA Standard Work Item 009-32. The exposure may include JP-5 fuels, potable water, or seawater. The coatings will be applied as a local area repair to less than 5 percent of the total tank area to provide for approximately 10 years continued service life, thereby avoiding the need for 100 percent removal of the tank coating for blasting or recoating. For both products the salient characteristics include: a. achieving 20 mils or greater coverage in 1 to 2 coats; b. thickness retention over surface imperfections, e.g., edges; c. surface tolerance; d. low ionic permeability; e. nominal 1 hour workable potlife and 24 hour cure; f. brush, roll, or trowel application; g. single component paint preferred, or plural component if provided in whole mix ratios or packages to support easy mixing; h. supplied in 1 gallon or less for small area touch up; i. compatible with silicone alkyd or polysiloxane for topside paints, or anti-fouling for tank paints; j. preference for greater than 95 percent total solids but must be less than 240 grams per liter volatile organic compound; and k. the system flash point must exceed 100 degrees Fahrenheit. These enhanced performance topside primer coatings and the tank and void coatings shall also be expected to meet the performance requirements of MIL-PRF-23236D, Class 7/Class 18, Grade B, Grade C performance test requirements. Submissions Responses may be transmitted by e-mail to Grace Pennington, Contract Specialist, at grace.pennington@nrl.navy.mil in either Microsoft Word or pdf format. All responses shall be received on or before 12 March 2012, 12:00 noon, Eastern Standard Time (EST). If paper copies are sent, they must be received at NRL, 4555 Overlook Avenue SW, Washington, DC 20375-5320, ATTN: Grace Pennington, Code 3220GA. The package should be marked with the RFI number (NRL-12-GA01). The U.S. Postal Service continues to irradiate letters, flats, Express, and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting responses. Other business opportunities for NRL are available at NRL's Web site at http://heron.nrl.navy.mil/contracts/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/NRL-12-GA01/listing.html)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN02668118-W 20120208/120206234117-7f62621ec8ae29b4bd5fa5b7878f566b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |