Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SPECIAL NOTICE

J -- Intent to Sole Source Universal High Pack Complete Overhaul

Notice Date
1/17/2025 10:58:23 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A25RC00Y81
 
Response Due
1/24/2025 9:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Mariah Schimdt, Jackie Edgerton
 
E-Mail Address
mariah.k.schmidt.civ@us.navy.mil, jacqueline.f.edgerton.civ@us.navy.mil
(mariah.k.schmidt.civ@us.navy.mil, jacqueline.f.edgerton.civ@us.navy.mil)
 
Description
THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Contracting Office (Code 400), hereby provides notice of its intent to award a sole-source, firm fixed price service contract to American Compressor Company. The contract is expected to be awarded under FAR 13.106-1(b)(1)(i). A Justification and Approval for Other Than Full and Open Competition has been prepared. The period of performance shall be from approximately 31 January 2025 to 16 May 2025. INTENT TO SOLE SOURCE � Complete factory rebuild of 55H75/D, S/N: 180127-UE 1 Highpack air compressor. American Compressor Company has proprietary rights to the design and software utilized in this equipment. American Compressor Company is the only company with access to performance verified component parts, spare parts, software, technical support, upgrades and engineering resources to maintain the original operating specifications for Universal Highpack compressors, Model 55H75/D. American Compressor Company service technicians are the only authorized technicians available to service the equipment. The North American Industry Classification System (NAICS) has been determined to be 811310 � Commercial and Industrial Machinery Repair and Maintenance Services, with a large business size standard of $12,500,000.00. The Product Service Code for this acquisition is J043 Maintenance, Repair and Rebuilding of Equipment: Pumps and Compressors. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES; no solicitation or RFQ will be forthcoming. However, interested parties may identify their interest and capability to respond to this requirement no later than 24 January, 2025 at 9:00 AM Pacific Time. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A25RC00Y81 A determination to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. PSNS and IMF Contracting Office (Code 400) will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist Mariah Schmidt by email at mariah.k.schmidt.civ@us.navy.mil and Contracting Officer Jacqueline Edgerton at jacqueline.f.edgerton.civ@us.navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58a0072550934c348ef2f502ece7b485/view)
 
Place of Performance
Address: Santa Fe Springs, CA 90670, USA
Zip Code: 90670
Country: USA
 
Record
SN07316355-F 20250119/250117230100 (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.