SOURCES SOUGHT
19 -- Corrosion Control & Maritime Preservation Services for US Navy Ships
- Notice Date
- 9/17/2025 9:56:24 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-25-R-4441
- Response Due
- 10/2/2025 10:00:00 AM
- Archive Date
- 10/17/2025
- Point of Contact
- Leigh Marvin, Phone: 2027810485, Jack Klipfel, Phone: 2027812932
- E-Mail Address
-
leigh.a.marvin.civ@us.navy.mil, jack.a.klipfel.civ@us.navy.mil
(leigh.a.marvin.civ@us.navy.mil, jack.a.klipfel.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Overview This sources sought notice is a request for information (RFI) per FAR 15.201. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in performing potential future requirements for coating preservation and corrosion resistant product installation efforts onboard U.S. Navy ships at the following locations: Norfolk Naval Shipyard (NNSY), United States, 23709, Portsmouth, VA Naval Station Norfolk, United States, 23511, Norfolk, VA Joint Expeditionary Base Little Creek-Fort Story, United States, 23459, Virginia Beach, VA Naval Station Mayport, United States, 32228, Jacksonville, FL 32nd Street Naval Base San Diego, United States, 92136, San Diego, CA Naval Base Coronado, United States, 92135, Coronado, CA Naval Station Everett, United States, 98201, Everett, WA Naval Base Kitsap (Bremerton), United States, 98314, Bremerton, WA Puget Sound Naval Shipyard (PSNS), United States, 98314, Bremerton, WA Joint Base Pearl Harbor-Hickam, United States, 96860, Honolulu, HI Naval Base Guam, United States, 96915, Apra Harbor, GU Scope The potential future requirements expected to be covered by this notice include the following scope of work: Surface preparation in accordance with (IAW) NAVSEA Standard Item 009-032, including all requirements in all applicable Category I NAVSEA Standard Items Provision of coating products and coating application IAW NAVSEA Standard Item 009-032, including all requirements in all applicable Category I NAVSEA Standard Items Surface preparation IAW NAVSEA Standard Item 009-026, including all requirements in all applicable Category I NAVSEA Standard Items Provision of coating products and coating application IAW NAVSEA Standard Item 009-026, including all requirements in all applicable Category I NAVSEA Standard Items Freeboard and topside cleaning IAW NSTM Ch. 631 B.6 Removal, disposal, and replacement of metallic sunshields, scuppers, deck drains, vent screens, cover plates, troughs, cease fire alarms, electrical boxes and gauge panels with composite variants IAW NAVSEA Technical Publication S9078-AC-GYD-010 and �ILS Summary of Composite Components� Quality assurance for surface preparation and coating application work IAW NAVSEA Standard Item 009-032 and NAVSEA Technical Publication S9078-AC-GYD-010 Ship preservation per Naval Ships� Technical Manual Chapter 631 Ship preservation per Naval Ships� Technical Manual Chapter 634 Procurement and Installation of Corrosion Resistant Material Upgrades IAW SURFMEPP Design Memorandum 220-024 Replace window frames, helicopter control bubble, life raft cradles, stanchions, kick pipes, hangers, hose reels, and handrails with stainless steel IAW DWG Specification 804-1633251 - Window, Heated, 3/4"" Panel, Fixed Frame, Assembly & Details (CRES) 804-1633254 - Window, Heated, 19 X 25, 2"" Panel, Fixed Frame, Assembly & Details (CRES) 804-1633257 - Window, Heated, 1/2"" Panel, Fixed Frame, Assembly & Details (CRES) 804-1633259 - Window, Heated, 1/2"" Panel, Hinged Frame, Assembly & Details (CRES) 804-1633283 - Window, Fixed Frame, 3/4 Panel (CRES) 804-1633284 - Window, Fixed Frame, 1/2 & 3/4 Panel (CRES) Details 804-1633287 - Window, Fixed Frame, 1/2 Panel (CRES) 804-5184155 - Liferails, Lifelines, & Awning Stanchions (Al & CRES), Details & L/M Demonstration of new corrosion control technologies such as non-metallic versions of steel components, new coatings, new coverings, and other technologies as identified in the contract or specific Technical Instructions. Specific coating preservation work could range from touch up painting on areas smaller than one square foot per work item through preservation of entire weather decks on the order of hundreds of square feet per work item. Composite component work would primarily consist of mechanical installation efforts, without hot work or electrical requirements (except for removal and installation of electrical boxes). Work is anticipated to be performed during pier-side availabilities (e.g., continuous maintenance availabilities or windows of opportunity). Larger scale efforts such as the modernization of window frames would be planned and scheduled with the contractor. New technology installations as identified would be limited to ship-by-ship demonstrations. Submission Instructions NAVSEA invites all interested potential sources to submit written information sufficient to demonstrate the respondent�s ability to accomplish the requirements described in this notice. NAVSEA is especially interested in determining small business capability and interest. Responses must be submitted electronically via email to the points of contact listed in this notice by the prescribed response date. All information received bearing proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. Content of Responses Responses to this notice must provide the following basic information: Company name Physical address CAGE code Unique Entity Identifier Business size status (based on the NAICS code for this notice) Type of small business (if applicable) Business status (manufacturer, dealer/distributor, or other; If other, please describe the nature of your business). Approximate number of employees Name, title, email address, fax number, and phone number for point(s) of contact State whether you are Electronic Data Interchange (EDI) capable. List any questions/concerns you may have regarding this potential work effort. Additionally, NAVSEA requests the following information to support market research and acquisition planning for potential future contracting actions: Provide an overview of your firm�s capabilities in accomplishing the coating preservation and composites installation scope described in this notice including any limitations on your production caused by domestic or overseas material suppliers and any time constraints. Identify any need to source materials from foreign sources and identify those sources. Summarize your firm�s experience under previous or current contracts or subcontracts in performing coating preservation and composites installation scope onboard U.S. Navy ships, or similar vessels. Describe your ability to comply with applicable EPA regulations, or additional control requirements to mitigate emissions and discharges in order to comply with regulations. Identify the geographic area(s) where your firm performs coating preservation and composites installation work. AMPP QP 1 � Field Coating Application. For components that are removed from the ship and preserved, ISO 9001 or QP 3 may be substituted for QP 1 Identify the number of employees available to work on this effort who have passed NAVSEA Basic Paint Inspector (NBPI) course, or AMPP Basic Coatings Inspector, or other certification as approved by NAVSEA. Identify organizations expected to perform blasting operations or coating applications for this effort. Organizations performing blasting operations (abrasive and waterjetting) or coating application must be certified in accordance with QP 1 or NAVSEA-approved equivalent. Identify the number of certified employees available to perform spray painting for this effort. Spray painters must be certified in accordance with SSPC C-12, SSPC C-14, SSPC CAS Level 2, or NAVSEA-approved equivalent. For equivalent certifications, a copy of the NAVSEA approval letter must be maintained by the repair activity. Identify the availability of equipment to perform this effort. Plural Component Pump Tenders and Applicators must be certified in accordance with SSPC C-14 or NAVSEA-approved equivalent certifications. For equivalent certifications, a copy of the NAVSEA approval letter must be maintained by the repair activity. Identify the number of certified blasters available to perform this effort. Blasters must be certified in accordance with SSPC C-7, SSPC CAS Level 2, or NAVSEA-approved equivalent. For equivalent certifications, a copy of the NAVSEA approval letter must be maintained by the repair activity. Identify the number of certified blasters available to perform UHP WJ. Blasters performing UHP WJ must be certified in accordance with SSPC C-13 or NAVSEA-approved equivalent. For equivalent certifications, a copy of the NAVSEA approval letter must be maintained by the repair activity. Identify distribution and support capabilities of potential suppliers and subcontractors as well as plans for alternative arrangements, if needed. Pricing/Contract Terms Is there a minimum level of performance you need to respond to a solicitation for this effort? Do you have concerns with specific contract types? Firm Fixed Price, Cost Reimbursement, or Indefinite Delivery/Indefinite Quantity contract? Describe your intended contractor financing. If any of the effort you would perform for this planned procurement would be considered commercial sales of products or services, identify any warranty that you customarily provide. If any of the effort you would perform for this planned procurement would be considered commercial sales of products or services, identify any discounts you customarily offer. Describe any major risk areas that you envision occurring in regard to the proposed solicitation and how you would propose to mitigate those risks. To establish a baseline for subcontracting opportunities and overall Small Business participation, all respondents, shall provide answers to the following specific questions: Do you intend on proposing as a prime? If not, what area(s) of this acquisition do you believe you can fulfill as a subcontractor. Do you intend to utilize subcontracting in support of this effort? If so, can you provide an estimated percentage of how much you intend to subcontract with large and/or small? In what areas of work within the acquisition do you intend to provide subcontracting opportunities? Disclaimer This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used by the Government in the development of a procurement strategy. Information submitted in response to this notice will become the property of the United States Government. Respondents should mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b2a4a0badba74439bb8e1a057ab38b37/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07595066-F 20250919/250917230045 (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 |