Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT MARINE COATINGS & PAINT

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 21, 2024 11:07 am EST
  • Original Response Date: Mar 06, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 8010 - PAINTS, DOPES, VARNISHES, AND RELATED PRODUCTS
  • NAICS Code:
    • 325510 - Paint and Coating Manufacturing
  • Place of Performance:

Description

The Defense Logistics Agency (DLA), DLA Maritime Norfolk, is issuing this sources sought notice and request for information as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for various marine coating and paint items. The North American Industry Classification System (NAICS) code applicable to this proposed procurement is 325510, Paint and Coating Manufacturing. A preliminary list of items/supplies, estimated annual demand quantities, and additional item information is attached to this posting. Please see the attached spreadsheet for further information.

The Government is seeking to establish long-term contracting support for three (4) Naval Shipyards: Norfolk Naval Shipyard (NNSY), Portsmouth Naval Shipyard (PNSY), Puget Sound Naval Shipyard (PSNS), and Pearl Harbor Naval Shipyard (PHNSY). The proposed action would include a one-year base period, and two (2) one-year option periods (estimated total length of three (3) years). Delivery locations would include and entail all three (4) referenced Shipyard locations: Portsmouth, VA; Kittery, ME; Bremerton, WA ;and Pearl Harbor, HI.

This Sources Sought notice is for informational and planning purposes only and shall not be construed as an obligation or commitment by the Government. This notice is strictly for market research purposes. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal(s) or quotation(s). The purpose of this notice is to obtain information regarding the capability and availability of qualified businesses that are interested in and have the available resources to support the execution of this potential requirement. The Government is not obligated to and will not assume financial responsibility for any costs incurred, nor will the Government pay for any information received from potential sources as a result of this notice. Submission of any information in response to this notice is purely voluntary.

If your organization has the potential capacity and qualifications to provide these items, please provide the following information (at a minimum) with a response:

Company Name
Point of Contact
Phone Number
Email Address
Cage Code
Company Business Size Status
Manufacturer (MFG) Information (if not the MFG) 
Manufacturer Business Size Status
Statement of Capability 
Technical Information/Specifications

Interested parties are encouraged to submit a response to this notice via email by 12:00 p.m. (EST) on 6 March 2024 and include MARINE PAINT in the subject line. Please send responses and any questions concerning this opportunity directly to: Rosella.Lynn@dla.mil.

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION (DLA-NMAB)
  • PORTSMOUTH , VA 23709-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History