Bldg. _Replace Roll-up Door

SOL #: RFISS-170Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL UNDERSEA WARFARE CENTER
KEYPORT, WA, 98345-7610, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Apr 20, 2026
2
Last Updated
Apr 20, 2026
3
Response Deadline
May 4, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Undersea Warfare Center Division, Keyport, is conducting market research via a Sources Sought / RFI to identify capable parties for replacing a roll-up door at a specific building. The existing door (asset number 7718-0-000-160A-60-1M) is unrepairable, has split down the center, and has exceeded its service life since its installation in 1994. Interested parties must complete and return the attached "Questionnaire for Industry." Responses are due May 4, 2026.

Scope of Work

This effort seeks to replace an existing, unrepairable roll-up door. The attached "Questionnaire for Industry" is designed to gather comprehensive information from potential industry partners, including:

  • Business Information: Company name, point of contact, address, phone, email, website, and CAGE Code.
  • CMMC 2.0 Status: Current certification level and date, or projected timeline for Level 2 certification.
  • Capability: Explanation of the ability to provide the required product or service.
  • NAICS/FSC/PSC: Recommendations for relevant codes.
  • Small Business Status: Confirmation of small business qualification under SBA definitions for specific NAICS codes.
  • Estimated Costs: An estimate for the described work.
  • Timeline: Number of calendar days needed post-contract award to set up and begin services.
  • Intent to Propose: Indication of whether the company plans to submit a proposal if a solicitation is issued.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Set-Aside: None specified (market research stage)
  • Response Due: May 4, 2026, by 5:00 PM ET
  • Published: April 20, 2026

Evaluation

Responses will be used for market research purposes to identify capable parties, understand industry capabilities, CMMC compliance, and cost estimations. This information will help the government understand market capabilities and potentially shape a future solicitation. This notice does not constitute a Request for Proposal, and the government will not pay for any information submitted.

Additional Notes

Respondents are required to adhere to Operations Security (OPSEC) requirements as detailed in the OPSEC Guide for Contractors. Do not include classified, controlled unclassified, or ARMS Export Controlled documents or information in your response. The government may not respond to specific questions and will not accept proposals as a result of this notice. Any future solicitation will be announced separately, and interested parties must respond to that announcement independently.

People

Points of Contact

CPT John P GathuPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Apr 20, 2026
View
Version 1Viewing
Sources Sought
Posted: Apr 20, 2026