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 -- Annual Tests and Inspection for the MXL Fire Alarm System

Notice Date
4/16/2025 9:59:09 AM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
50176731
 
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 440), hereby provides notice of its intent to award a sole-source, firm fixed service contract to Siemens Industry, 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 05/09/2025 � 05/08/2026. INTENT TO SOLE SOURCE - This is a non-personal services contract to provide annual tests and inspection services for the MXL Fire Alarm System onboard COMPACFLT Berthing and Messing Barge APL-62 located at Puget Sound Naval Shipyard. Siemens Industry, Inc. is the original equipment manufacturer (OEM) and exclusively owns the proprietary rights of the MXL Fire Alarm System. Siemens Industry, Inc. is the only company who may perform the annual tests and inspections of the devices and equipment associated with the MXL Fire Alarm System identified in this requirement; failure to solicit from Siemens Industry, Inc. will prevent required maintenance of the MXL Fire Alarm System impacting barge habitability. The North American Industry Classification System (NAICS) has been determined to be 561210 Facilities Support Services, with a large business size standard of $47,000,000.00. The Product Service Code for this acquisition is J012 - Maintenance, Repair and Rebuilding of Equipment: Fire Control 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 50176731. 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/97c1b345918c4e578ada5f184395aa39/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN07410322-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.