Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. The Norfolk Naval Shipyard (NNSY) is seeking capable sources to provide the production of two (2) temporary structures, as detailed in the attached Draft Statement of Work (SOW) and supporting documents. The Government anticipates a Firm-Fixed-Price contract issued under FAR Part 12 procedures. This is NOT a solicitation. The Government will not award a contract from this announcement or pay for any information submitted. All responses will be treated as market research. Proprietary information will be protected if clearly marked. Anticipated Codes: NAICS:332311 PSC: 5410 INFORMATION REQUESTED FROM INDUSTRY: We encourage clear, concise responses. Please do not simply reiterate the SOW. We are seeking to understand your genuine capabilities and expert perspective. Corporate Information: Company Name, Address, Phone Number CAGE Code & Unique Entity ID (UEI) from SAM.gov Primary Point of Contact (Name, Title, Phone, Email) Socioeconomic Status (e.g., Small Business, WOSB, SDVOSB, etc.) Corporate Experience & Past Performance: Provide brief descriptions of up to three (3) relevant contracts from the past five (5) years that are similar in scope and complexity. Please specify if these contracts were for DoD/Federal agencies and involved handling classified and/or Controlled Unclassified Information (CUI). Technical & Security Capability: Describe your approach to performing this requirement in its entirety. Include the production lead time. Industry Feedback & Innovation (Revolutionary FAR Overhaul Input): After reviewing the Draft SOW, are there any requirements you consider unnecessarily restrictive, inefficient, or not aligned with commercial best practices? What alternative approaches, technologies, or process improvements would you recommend to enhance the security or efficiency of this service? Are the selected NAICS/PSC codes appropriate? If not, what do you recommend and why? What contract CLIN structure would you recommend for a requirement of this nature? Submission Instructions: Interested sources should send a single Adobe Acrobat (.pdf) response to Christopher Vieira at christopher.f.vieira.civ@us.navy.mil, Eliot Faircloth, at john.e.faircloth2.civ@us.navy.mil, and Contract Officer Chad Godwin at chad.r.godwin.civ@us.navy.mil. Response Deadline: 01 May 2026, 1:00 PM EST. NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED. Requests for a solicitation package will not be honored nor will technical point-of-contact information be provided. By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final pa…
Place of Performance
Contracting Office
Contacts
Attachments (5)