Bldg_Subfloor Removal & Epoxy Coating
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, under the Department of the Navy, is conducting market research through a Sources Sought / Request for Information (RFI) for Bldg_Subfloor Removal & Epoxy Coating services. This RFI aims to identify qualified contractors capable of replacing epoxy flooring in specific rooms (127A, 128A, and the paint booth) at their facility. Responses, via a completed 'Questionnaire for Industry,' are due by May 4, 2026, at 5:00 PM EST.
Purpose
This notice serves as market research to gather information from industry regarding capabilities for the specified epoxy flooring replacement project. The government will use the collected data to refine a potential future solicitation. This is not a Request for Proposal (RFP), and the government will not assume financial responsibility for any costs incurred by respondents.
Scope of Interest
The project requires contractors to provide all necessary 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.
Key Information Sought (via Questionnaire)
The attached 'Questionnaire for Industry' seeks detailed information, including:
- Company Information: Business details, points of contact, CAGE Code.
- CMMC 2.0 Status: Current certification level, date, or plans for achieving Level 2.
- Capability: Explanation of ability to provide the required services.
- NAICS/FSC/PSC Recommendations: Vendor suggestions for appropriate classification codes.
- Small Business Status: Confirmation of status under relevant NAICS codes.
- Estimated Costs: Vendor's estimate for the described work.
- Setup/Start-up Time: Time required post-award to commence services.
- Intent to Propose: Indication of whether the vendor plans to submit a proposal if a formal solicitation is issued.
Submission Requirements
Interested parties must complete the attached 'Questionnaire for Industry' word document and return it via email to john.p.gathu.mil@us.navy.mil. Responses must adhere to Operations Security (OPSEC) requirements, detailed online at the provided NAVSEA link. Do not include classified, controlled unclassified, or Arms Export Controlled documents or information.
Contract & Timeline
- Opportunity Type: Sources Sought / RFI
- Set-Aside: None specified
- Response Due: May 4, 2026, 5:00 PM EST
- Published: April 20, 2026
Important Notes
This notice is for information planning purposes only and does not constitute a commitment by the Government. Responses will not be considered proposals for a contract award, nor will they guarantee inclusion on a bidders list or receipt of a solicitation. Any future solicitation will be announced separately.