THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON REPONSES 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. A Justification and Approval has been prepared. The period of performance is estimated to be January 2025 to January 2025 at PSNS & IMF overhaul of No.1 and No.2 HPAC and shipboard testing. THIS NOTICE OF INTENT IS NOT A REQUESTOR 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 24, November 2025 12:00pm, PST. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. PSNS & IMF 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 the award. Interested parties are encouraged to furnish information by email only with “RESPONSE TO ITENT TO SOLE SOURCE FOR N4523A26R0804 Jimmy Carter HPAC 1 & 2 in the subject line.
All documents submitted will not be returned. All interest parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Gabrielle Guerrero, Contract Specialist by email at gabrielle.m.guerrero3.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.