SPECIAL NOTICE
J -- Camera Repair indefinite Delivery, Indefinite Quantity
- Notice Date
- 8/12/2025 11:04:21 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A25R0907
- Response Due
- 8/15/2025 12:00:00 PM
- Archive Date
- 08/30/2025
- Point of Contact
- Hailee Scheibner, Nick Crowell
- E-Mail Address
-
hailee.c.scheibner.civ@us.navy.mil, nicholas.a.crowell4.civ@us.navy.mil
(hailee.c.scheibner.civ@us.navy.mil, nicholas.a.crowell4.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source
- 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 service contract to Imenco, LLC (CAGE: 8B4E5). 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 desired period of performance is 09/29/2025-09/28/2030. INTENT TO SOLE SOURCE - This is a non-personnel services contract to provide repair services for Puget Sound Naval Shipyard and Intermediate Maintenance Facility (N4523A) Ocean Engineering (OE), Code 120, Owned Equipment. Imenco, LLC (CAGE: 8B4E5) is the original equipment manufacturer for the Kongsberg and Imenco LLC subsea camera equipment. Kongsberg and Imenco subsea cameras are highly specialized and feature advanced technology. Due to their technical complexity and proprietary design, unauthorized repair attempts may not have the necessary expertise or tools to handle such complex equipment and could potentially cause further damage. As the OEM, Imenco LLC has the technical expertise to provide necessary technical direction and repair oversight. Replacement parts must be manufactured to OEM specifications, within OEM engineered tolerances, and manufactured out of OEM specified material selection to fit into existing equipment components, function with existing OEM parts, and not degrade/corrode due to improper material selection or manufacturing procedures. The North American Industry Classification System (NAICS) has been determined to be 811210 � Electronic and Precision Equipment Repair and Maintenance with a small business size standard of $34,000,000.00. The Product Service Code for this acquisition is J059 - Maintenance, Repair and Rebuilding of Equipment: Electrical and Electronic Equipment Components. 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 15 August 2025 at 12:00 PM Pacific Time. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A25R0907. If your organization has clear and convincing documentation demonstrating your capability to support this requirement, please provide the following information in addition to capability information: Organization Name: Vendor CAGE Code: Email Address: Telephone Number: Business Size: 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. Based upon responses to this notice, the determination to compete this requirement is solely within the discretion of the Government. Information received will 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 Hailee Scheibner by email at hailee.c.scheibner.civ@us.navy.mil and Contracting Officer, Nick Crowell at nicholas.a.crowell4.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f18f8c75e28b4efdb683f92b3ff75eed/view)
- Place of Performance
- Address: Bremerton, WA 98314, USA
- Zip Code: 98314
- Country: USA
- Zip Code: 98314
- Record
- SN07546531-F 20250814/250812230043 (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 |