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) requires Original Equipment Manufacturer (OEM) to provide repair services on MS-Valves to restore to Original Manufacturer's specifications. A Justification and Approval for Other Than Full and Open Competition has been prepared.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than January 19, 1000 PST.
A determination not 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 & 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 full 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.
Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE
SOURCE FOR MS-VALVES in the subject line. 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 Officer, Adam Vance via Contract Specialist, Brianna Webb by email at
brianna.l.webb3.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.