This solicitation is for commercial items and has been prepared in accordance with the format outlined in FAR Subpart 12.6, supplemented with additional information contained in this notice. This announcement constitutes the sole solicitation; quotes are hereby requested.
Request for Proposal (RFP) No. N40027-25-R-0002 is issued as a FULL AND OPEN COMPETITION solicitation and is being processed under FAR Part 13 – Simplified Acquisition Procedures and FAR Part 6 – Competition Requirements.
The applicable North American Industry Classification System (NAICS) code is 325510 – Paint and Coating Manufacturing.
The Government seeks sources that can provide support as follows:
- Provide paint, coatings, solvents,related engineering / technical services per the attached Work Statement
- Paint, coatings, solvents, preservation products and related engineering / technical services must meet the required standard per the attached Navy Paint Warranty
- Company (vendor) must provide the required warranty without waiver or subcontract
- proof of original equipment manufacturer certification. Addtionally, ensure all certificaitobs are up todate in www. SAM.GOV.
- Provide personnel that meet or exceed the minimum qualifications within the Work Statement in order to perform and certify work stated
- Personnel may not be substituted without express approval by the Government, as submitted per the attached Work Statement
- Provide twelve (12) year antifouling, underwater hull and boot top coating system that complies with epoxy anticorrosive MIL-PRF-24647, Type I or II and that complies with antifouling paint MIL-PRF-24647, Type II.
- Provide preservation products that are suitable for use as hull and boot top marking on the ablative antifoulant paints
- All preservation products must be compatible, Naval Sea Systems Command (NAVSEA) and have the ability to be applied over any existing coating on like surfaces.
In accordance with 10 U.S.C. 7299A, the "Homeport Statute", this procurement will solicit offers from all offerors capable of performing the work in a 200-mile radius from Mayport homeport area. Offerors must have or be able to obtain an Agreement for Boat Repair (ABR) or equivalency by the time of award. The anticipated contract type will be firm-fixed price. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements and answers to the following specific questions. Please limit your response to no more than five (5) pages.
1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 325510 – Paint and Coating Manufacturing? If small business please specify (small, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable]
2. How many employees does your company have?
3. Does your company have a website? If so, what is your company's website address?
4. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.
5. Is your company able to provide both the paint product desired AND the manufacturing guarantee, as required as stated above in the “Government seek sources”?
6. Given the complexity of the work described in this announcement, please describe your company's historical experience completing services on similar work at a similar complexity on the type of ship outlined above or briefly describe how your company would be capable of meeting these requirements as of contract award.
7. Given the complexity and size of the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the paint coating and related products of USS THE SULLIVANS (DDG 68)?
Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. SERMC may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement.
Proposals shall be submitted via email to the address listed below, in addition to the primary and secondary email addresses:
SERMC_C4231_CNO_DDG1@us.navy.mil
***FULL DELIVERY OF MATERIALS ARE DUE TO THE DELIVERY ADDRESS IN JACKSONVILLE, FL LOCATED AT THE CONTRACTOR'S FACILITY WHERE THE SHIP WILL BE DRYDOCKED, NO LATER THAN MONDAY 06 OCTOBER 2025***
***PLACE OF PERFORMANCE: CONTRACTOR'S DRYDOCK FACILITY (JACKSONVILLE, FL)***