Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2026 SAM #8811
SOURCES SOUGHT

J -- MARMC Non-Skid Preservation and Repair

Notice Date
1/8/2026 9:16:04 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
411-26-080
 
Response Due
1/23/2026 11:30:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Cotrina Young, Phone: 757 274 6349, Jake Grady, Phone: 757 439 2793
 
E-Mail Address
cotrina.l.young.civ@us.navy.mil, jake.a.grady2.civ@us.navy.mil
(cotrina.l.young.civ@us.navy.mil, jake.a.grady2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Mid-Atlantic Regional Maintenance Center (MARMC), 9727 Avionics Loop, Norfolk, VA, 23511-2124, is seeking to identify sources to perform preservation repair on board U.S. Navy vessels and/or other military type vessels. This work shall be performed within a 50 mile radius of Norfolk Naval Station, Norfolk VA. The anticipated period of performance is comprised of one base year and four option years with performance commencing approximately 10 September 2026. This sources sought is a market research tool being utilized to determine potential and eligible small business firms capable of providing this work prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. CONTRACT BACKGROUND This is a follow-on procurement. The current contract numbers are as follows: N5005421D2101 N5005421D2103 N5005421D2104 N5005421D2105 REQUIRED CAPABILITIES The contractor shall provide management, administrative and production services, materials, tools, equipment, and required support to accomplish removal of old deck covering and underlayment (including rubber base if present), abrasive blast, ultra-high pressure water jet, and power tool clean decks; prepare surfaces, apply primer coatings, and install new non-skid deck covering onboard U.S. Navy or other military type vessels. The areas where non-skid work may be authorized shall include, but is not limited to, flight decks, hangar bays, vertical replenishment decks, cargo decks, elevators, tank decks, vehicle stowage, walkways (fixed and portable), catwalks, and interior spaces as designated. Non-skid deck covering installation and repair is to be accomplished with ship�s force personnel living onboard and with a minimum of disruptions as possible. ELIGIBILITY The appropriate NAICS code is 336611, with a small business standard of 1,300. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the work listed above. This documentation must address, at a minimum, the following: Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical support described herein Company profile to include number of employees, annual revenue history, office location(s), CAGE Code, UEI number, and a statement regarding current small business status Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and A statement regarding capability to obtain the required industrial security clearances for personnel. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. SUBMISSION DETAILS Only interested parties who intend to submit a proposal should submit a written expression of interest to the address provided no later than 2:30PM EST 23 January 2026. Forward requested documentation via email to: cotrina.l.young.civ@us.navy.mil, jake.a.grady2.civ@us.navy.mil and alex.j.nienberg.civ@us.navy.mil Questions or comments regarding this notice may be addressed in writing via email at cotrina.l.young.civ@us.navy.mil jake.a.grady2.civ@us.navy.mil and alex.j.nienberg.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5801789ae0f14d08a02e2a4661901935/view)
 
Place of Performance
Address: VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07682232-F 20260110/260108230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.