Intent to Sole Source Seawolf HPAC

Project ID: None FederalOpportunitiesSpecial Notice
Overview
AgencyNaval Sea Systems Command
Deadline05/11/25
Posted05/08/26
Estimated ValueNot Provided
Set AsideNone
NAICSNot Provided
PSCNot Provided
LocationSilverdale, WA United States
Description
Primary Latest Change

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 May 2026 to June 2026 at PSNS & IMF overhaul of No.2 High Pressure Air Compressor (HPAC), and shipboard testing of HPAC. 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 11 May 2026 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 N4523A26Q0812 Seawolf HPAC 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.

Summary (Newest Update)

Background The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) is issuing a sole-source firm fixed price contract to Rix Industries for the overhaul of the No. 2 High Pressure Air Compressor (HPAC) in support of a Seawolf class submarine. The goal of this contract is to restore the compressor's capacity and ensure its operational readiness through OEM specifications. Work Details The contractor will perform shipboard work in the engine room (Frame 71) to accomplish the overhaul and complete shipboard testing on No. 2 HPAC in accordance with OEM specifications. The Original Equipment Manufacturer (OEM) shall provide all necessary materials, travel, and technical representatives to perform the required overhaul. The contractor must attend an arrival and safety brief with the Project Team and Contracting Officer's Representative (COR) upon arrival. Additionally, planning, supervising, or performing nuclear work is not authorized without express approval from designated codes, and contractor employees are prohibited from performing work that requires personnel monitoring of radiation. Access to Restricted Data regarding Naval Nuclear Propulsion Information is required for contractor employees, necessitating a FINAL security clearance of at least Confidential. Period of Performance Estimated from May 2026 to June 2026. Place of Performance Puget Sound Naval Shipyard and Intermediate Maintenance Facility.

Contacts
Contact nameGabrielle Guerrero
Contact emailgabrielle.m.guerrero3.civ@us.navy.mil
Contact phoneNone
Secondary contact nameAndrew Skelley
Secondary contact emailandrew.m.skelley.civ@us.navy.mil
Secondary contact phoneNone
Same Region Opportunities

O2 Sensor

Agency: DLA Land and Maritime

Location: Washington

NAICS: 339999