Washington Bids > Bid Detail

Notice to Sole source to Illinois Tool Works Inc

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159254143327592
Posted Date: May 9, 2023
Due Date: May 18, 2023
Solicitation No: N4523A23Q5732
Source: https://sam.gov/opp/85f7afbac9...
Follow
Notice to Sole source to Illinois Tool Works Inc
Active
Contract Opportunity
Notice ID
N4523A23Q5732
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PUGET SOUND NAVAL SHIPYARD IMF
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 09, 2023 11:14 am PDT
  • Original Response Date: May 18, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J028 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Bremerton , WA 98314
    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 and IMF) Contracting Department (Code 400), hereby provides notice of its intent to award a sole-source, firm fixed service contract with (5) ordering period, to Illinois Tool Works Inc., 825 University Ave, Norwood Massachusetts. The contract is expected to be awarded under FAR 13.106((b)(1)(i). The period of performance shall be from 30 July 2023 to 29 July 2028.





This requirement is to provide services contract to provide preventive maintenance, calibration/verification and technical support for mission-vital instrumentation; Universal Test Machines (UTMs) and associated support equipment, Rockwell and Brinell hardness machines and a Charpy Impact Tester. The North American Industry Classification System (NAICS) code for this work is 811310, with a Business Size Standard of $12,500,000.00. This NAICS is for Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Product Service Code Class is J028.





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 May 18, 2023 2:00pm Pacific Time.





Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A23Q5732.





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 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 Mike Myers, by email at michael.d.myers38.civ@us.navy.mil and Contracting Officer, Chris Davidson at christopher.t.davidson7.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.


Attachments/Links
Attachments
Document File Size Access Updated Date
C08.0 N4523A23Q5732.pdf (opens in new window)
1 MB
Public
May 09, 2023
file uploads

Contact Information
Contracting Office Address
  • 1400 FARRAGUT AVE
  • BREMERTON , WA 98314-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 09, 2023 11:14 am PDTSpecial Notice (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 >