Hopper Scaffold, Surface Preparation, Coating, and Guillotine Replacement
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 Department of the Navy (NAVSUP FLT LOG CTR SAN DIEGO) is conducting a Sources Sought for market research to identify qualified small businesses capable of providing Hopper Scaffold, Surface Preparation, Coating, and Guillotine Replacement services at ACB-1 on Naval Amphibious Base Coronado, San Diego, CA. This market research aims to determine if a Total Small Business Set-Aside is appropriate for a future acquisition. Responses are due by May 13, 2026, at 2:00 PM PDT.
Scope of Work
The required services include:
- Erection and dismantling of scaffolding for safe access and fall protection.
- Daily QA/Safety inspections, including red/green tagging.
- Abrasive blasting for surface preparation of a hopper.
- Application of a high-solids epoxy coating system.
- Removal of an existing guillotine and installation of a new one, including necessary welding.
- Proper collection, handling, and disposal of waste materials (grit, solvents, hazardous waste). The work is to be performed at ACB-1 on Naval Amphibious Base Coronado, San Diego, CA, with an estimated labor effort of 181 man-hours.
Submission Requirements
Interested firms must submit a capabilities statement, not exceeding five (5) pages, along with feedback on the provided Performance Work Statement (PWS). The submission should include:
- Company name, address, point of contact, telephone number, e-mail address, and DUNS.
- Details of relevant company experience (contracting agency, contract number, title, place of performance, years of performance, and contract value per year).
- Business size and CAGE code. Submissions must be in Times New Roman, font size 12, and formatted as Microsoft Word or PDF.
Contract & Timeline
- Type: Sources Sought / Market Research
- Agency: Department of the Navy, NAVSUP FLT LOG CTR SAN DIEGO
- Potential Set-Aside: Total Small Business (pending market research)
- Response Due: May 13, 2026, 2:00 PM PDT
- Published: May 7, 2026
Additional Notes
This is solely for market research purposes; it is not a Request for Proposal (RFP) and does not guarantee a future solicitation or contract award. The government will use responses to assess small business capabilities and inform decisions regarding potential set-asides. Do not submit proposals. All submissions and questions should be directed via email to Contract Specialist Jason Pelle at jason.a.pelle.civ@us.navy.mil.