Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SPECIAL NOTICE

J -- Repair and Calibration for 3.5MM ECAL Module 26.5 GHZ

Notice Date
4/16/2025 11:47:25 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
50913507
 
Response Due
4/21/2025 1:00:00 PM
 
Archive Date
05/06/2025
 
Point of Contact
Nathan Grimm, Jackie Edgerton
 
E-Mail Address
nathan.c.grimm.civ@us.navy.mil, jacqueline.f.edgerton.civ@us.navy.mil
(nathan.c.grimm.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 service contract to KEYSIGHT TECHNOLOGIES INC. 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 05/20/2025 � 07/13/2025. INTENT TO SOLE SOURCE - This is a non-personal services contract to provide repair and calibration for KEYSIGHT (7ZXR5) MODEL N4691B 3.5MM ECAL MODULE 26.5 GHZ, 2 PORT located at Puget Sound Naval Shipyard. KEYSIGHT (7ZXR5) is the original equipment manufacturer for the MODEL N4691B 3.5MM ECAL MODULE 26.5 GHZ, 2 PORT. Replacement parts must be manufactured to OEM specifications, within OEM engineered tolerances, and manufactured out of OEM specified material selection to fit into existing equipment components, function with existing OEM parts, and not degrade/corrode due to improper material selection or manufacturing procedures. Going outside the recommended sole source could be detrimental to shipyard equipment and project schedules. This calibration equipment is essential to keep the fleet afloat and personnel safe that support electronic and microwave measuring equipment located at PSNS and IMF, San Diego, Everett, and Japan locations. OEM functioning and Calibrated electronic and microwave Measurement Equipment is essential to the support of Naval Fleet Forces. Note: The MODEL N4691B 3.5MM ECAL MODULE 26.5 GHZ, 2 PORT is currently with KEYSIGHT (7ZXR5) on an evaluation JML (4326-3519) awaiting approval to perform repair and calibration. The North American Industry Classification System (NAICS) has been determined to be 811210 Electronic and Precision Equipment Repair and Maintenance, with a large business size standard of $34,000,000.00. The Product Service Code for this acquisition is J066 - Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment. 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 21 April 2025 at 1:00 PM Pacific Time. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR 50913507. 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) 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 Nathan Grimm by email at nathan.c.grimm.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/3e40af23d8964c879022afca782e5fed/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN07410318-F 20250418/250416230045 (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.