SPECIAL NOTICE
J -- Inspections and Operational Testing for LPAC 1 &2
- Notice Date
- 4/16/2025 10:41:29 AM
- Notice Type
- Special Notice
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Response Due
- 6/23/2025 12:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- Christopher Cooper, Andrew M. Skelley
- E-Mail Address
-
christopher.t.cooper14.civ@us.navy.mil, andrew.skelley@navy.mil
(christopher.t.cooper14.civ@us.navy.mil, andrew.skelley@navy.mil)
- Description
- Contractor will perform work shipboard in the engine room (Frame 71) to accomplish overhaul and complete shipboard testing on No. 1 & No. 2 HPACs in accordance with OEM specifications. Ships Force (SF) are responsible for shipboard testing and acceptance. 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. Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) hereby provides notice of its intent to award a sole-source, firm fixed price contract, to RIX Industries. Justification and Approval has been prepared. The period of performance is estimated to be June 3, 2025, to June 23, 2025. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), TRF Bangor, in support of SSN 23 class submarine requires Original Equipment Manufacturer (OEM) to provide HPAC Top End /Air End overhaul of No. 1 & No. 2 HPAC shipboard and test due to reduced capacity. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capabilities, in a quote. To do so, respond to this requirement no later than April 23, 2025. A determination not 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. Puget Sound Naval Shipyard and Intermediate Maintenance Facility will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be 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. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A25R6021 in the subject line. 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 Christopher Cooper, Contract Specialist, at christopher.t.cooper14.civ@us.navy.mil and Andrew Skelley, Contracting Officer, at andrew.m.skelley.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/8bff8d4a69864664bfcba5c2417fc8e1/view)
- Place of Performance
- Address: Bremerton, WA 98314, USA
- Zip Code: 98314
- Country: USA
- Zip Code: 98314
- Record
- SN07410319-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 |