Washington Bids > Bid Detail

Intent to Sole Source - HPAC Motor; Rewind & Overhaul

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • L - Technical Representative Services
Opps ID: NBD00159053181934587
Posted Date: May 4, 2023
Due Date: May 8, 2023
Solicitation No: N4523A23Q1329
Source: https://sam.gov/opp/7d56bdeb64...
Intent to Sole Source - HPAC Motor; Rewind & Overhaul
Active
Contract Opportunity
Notice ID
N4523A23Q1329
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 04, 2023 02:25 pm PDT
  • Original Response Date: May 08, 2023 04:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Bremerton , WA
    USA
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 Curtiss-Wright Fleet Solutions. 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 May 15, 2023 to Sept 16, 2023.



This is a non-personnel services contract to procure services for the rewind and overhaul of an HPAC motor at Trident Refit Facility - Bangor. Curtiss-Wright Fleet Solutions is the designated refurbishment facility for HPAC assets for TRF- Bangor.



The North American Industry Classification System (NAICS) has been determined to be 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a business size standard of $8,000,000.00. The Product Service code for this acquisition is J036 Maint/Repair/Rebuild of EEquipment - Special Industry Machinery.



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 05/08/2023 at 04:00 PM Pacific Time.



Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A23Q1329



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, Miranda Teabo by email at miranda.teabo-madron@navy.mil and Contracting Officer, Brian Fergus at brian.fergus@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 require


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • May 04, 2023 02:25 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >