Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2025 SAM #8627
SOURCES SOUGHT

J -- Notice of Intent to Sole Source - Maintenance/Repair for Ion Chromatography ICS-4000 & ICS-6000 Systems; PSNS & IMF

Notice Date
7/8/2025 2:09:41 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A50828700
 
Response Due
7/18/2025 2:00:00 PM
 
Archive Date
08/02/2025
 
Point of Contact
Rolf Jacobson, Angela Charpia
 
E-Mail Address
rolf.a.jacobson.civ@us.navy.mil, angela.m.charpia.civ@us.navy.mil
(rolf.a.jacobson.civ@us.navy.mil, angela.m.charpia.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 Thermo Electron North America LLC (DBA Thermo Fisher Scientific). 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 09/18/2025 � 09/17/2026. INTENT TO SOLE SOURCE - This is a non-personal services contract to provide a 3-year service contract (Base year + two option years) that includes annual preventative maintenance visits and on demand service visits when needed for the following systems: Thermo Fisher Dionex Ion Chromatograph System 4000 including the following modules: ICS-4000 Ion Chromatography System, AS-AP Autosampler , and computer. The Thermo Fisher Dionex Ion Chromatograph System 6000 is a modular system that includes a dual-pump (DP) module, eluent generator cartridge (EGC) module , detector/chromatography (DC) compartment, AS-AP autosampler, mass spectrometer (MS), and computer. 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 18 July 2025 at 2:00 PM Pacific Time. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A50828700 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 Rolf Jacobson by email at rolf.a.jacobson.civ@us.navy.mil and Contracting Officer, Angela Charpia at angela.m.charpia.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/22e12bb579e9431982eaa09b1ed2074e/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN07502170-F 20250710/250708230055 (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.