MARMC Lagging and Insulation Removal and Installation
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 Mid-Atlantic Regional Maintenance Center (MARMC), part of the Department of the Navy, is conducting a Sources Sought to identify qualified small businesses for Lagging and Insulation Removal and Installation services on U.S. Navy and other military vessels. This is a market research effort to determine potential and eligible small business firms prior to issuing a Request for Proposal (RFP). Responses are due by February 6, 2026, 2:00 PM EST.
Scope of Work
The contractor will provide all necessary management, technical services, labor, material, equipment, and facilities for insulation and lagging removal and installation. This work will be performed CONUS, potentially within a 50-mile radius of Hampton Roads, VA, at various locations including private shipyards and naval installations. Services cover a wide range of systems, including piping, galley equipment, AC&R plants, bulkheads, overheads, and ducts. The work may involve emergent requirements and simultaneous delivery orders for multiple vessels. Compliance with specific Navy Standard Items (NSI), Local Work Templates (LWT), and Standard Work Templates (SWT) is required, along with reporting via the Navy Maintenance Database (NMDr).
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Duration: One base year + four option years, commencing approximately September 2, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Small Business Size Standard: 1,300 employees)
- Response Due: February 6, 2026, 2:00 PM EST
- Published: January 23, 2026
- Current Contracts: This is a follow-on procurement to N5005420D0007 and N5005420D0008.
Eligibility & Submission Requirements
Interested small businesses must submit a capabilities statement (maximum 15 pages, 12-point font) demonstrating their ability to perform the services. This statement must address:
- Prior/current corporate experience (last three years) of similar size and scope, including contract details and Government points of contact.
- Company profile (employees, revenue, office locations, DUNS, small business status).
- Available resources, including management and qualified personnel with specific experience.
- Management approach for staffing, potential subcontracting/teaming, and personnel retention.
- Capability to obtain required industrial security clearances for personnel, especially for work aboard U.S. submarines (requiring LWT 042-005 and red badge).
Additional Notes
This is for informational purposes only and is not a Request for Proposal. It does not constitute a solicitation or commitment by the Government. No funds are available for response preparation. All information submitted is voluntary. Questions should be submitted via email to the contacts provided.