Bldg_Subfloor Removal & Epoxy Coating

SOL #: RFISS-168Sources 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 through a Sources Sought / Request for Information (RFI) for the removal and replacement of epoxy flooring in specific rooms (127A, 128A, and paint booth) at a facility. This RFI aims to gather industry capabilities and information for a potential future solicitation. Responses are due by May 4, 2026, at 5:00 PM ET.

Scope of Work

The project requires a contractor to provide all labor, materials, and equipment to:

  • Grind and remove existing epoxy floor coating.
  • Patch all cracks and expansion joints with a compatible filler.
  • Recoat the floor and sump with a new non-skid epoxy floor system.

Contract & Timeline

  • Type: Sources Sought / RFI (no solicitation at this time)
  • Set-Aside: None specified (market research stage)
  • Response Due: May 4, 2026, 5:00 PM ET
  • Published: April 20, 2026

Key Requirements & Information Sought

Respondents are required to complete and return the attached "Questionnaire for Industry" word document. This questionnaire seeks information on:

  • Company details, including CAGE Code.
  • Cybersecurity Maturity Model Certification (CMMC) 2.0 Status, specifically current certification level, date, or plans for achieving Level 2.
  • Capability to provide the described services.
  • Recommended NAICS/FSC/PSC codes.
  • Small business status.
  • Estimated costs for the work.
  • Setup/start-up time after award.
  • Intent to propose if a formal solicitation is issued.

An approved CMMC Level X (specific level to be determined per requirement) will be required before contract award, with verification through the Supplier Performance Risk System (SPRS).

Additional Notes

This is for information planning purposes only and does not constitute a Request for Proposal. The Government will not pay for information submitted and is not soliciting proposals. Respondents must adhere to Operations Security (OPSEC) requirements and should not include any classified, controlled unclassified, or Arms Export Controlled documents or information in their response. Any future solicitation will be announced separately.

People

Points of Contact

CPT John P GathuPRIMARY

Files

Files

Download

Versions

Version 2Viewing
Sources Sought
Posted: Apr 20, 2026
Version 1
Sources Sought
Posted: Apr 20, 2026
View
Bldg_Subfloor Removal & Epoxy Coating | GovScope