SPECIAL NOTICE
99 -- Naval Postgraduate School (NPS), Department of Mechanical and Aerospace Engineering, Gas Dynamics Laboratory, Elliot Compressor Controller Upgrade and Repair
- Notice Date
- 8/12/2025 6:45:59 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024425QS098
- Archive Date
- 08/31/2025
- E-Mail Address
-
jonathan.a.stames.civ@us.navy.mil
(jonathan.a.stames.civ@us.navy.mil)
- Description
- THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference No: N00244-25-Q-S098. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the Governments needs, to: Rogers Machinery Company, Inc 48834 Kato Road, Suite 114A Fremont, CA 94538 The North American Industry Classification System (NAICS) code for this requirement is 541715; the business size standard is 1000 (number of employees). The objective of this sole source award is to procure and install the Elliott Compressor Controller, model number 220 BA3, serial number B811504. This is a critical piece of equipment requiring specialized installation and component replacement, including the controller. Due to the technical complexity of FS-Elliott compressors, only an authorized service provider with extensive training and factory support can perform these tasks to maintain warranty compliance and operational reliability. Rogers Machinery is the only authorized reseller and service provider in Northern California for the Elliott Compressor, model number 220 BA3, serial number B811504. Rogers Machinery Company is the only authorized FS-Elliott overhaul facility in Northern California capable of replacing the controller for the Elliott Compressor model 220 BA3. The justification for this sole source procurement is based on the following factors: 1. Factory Authorization and Certification: Rogers Machinery Company is the only FS-Elliott authorized overhaul facility in Northern California. FS-Elliott requires that only certified service providers handle major overhauls, including controller replacements, to ensure compliance with factory specifications and maintain the equipment warranty. 2. Proprietary Knowledge and Technical Expertise: FS-Elliott compressors, including model 220 BA3, require highly specialized expertise for component replacement and system integration. Rogers Machinery Company has factory-trained technicians with direct access to FS-Elliott engineering support, ensuring proper installation and functionality of the new controller. 3. Availability of OEM Parts and Compliance with Manufacturer Specifications: Rogers Machinery Company is the only facility in the region with direct access to FS-Elliotts proprietary components, including controllers. Using non-authorized providers may result in the use of non-OEM parts, compromising system performance and reliability. 4. Warranty and Regulatory Compliance: The replacement of the controller by a non-authorized provider could void existing warranties and lead to non-compliance with FS-Elliotts operational standards. Rogers Machinery Company ensures that all work performed meets manufacturer and industry standards, mitigating the risk of equipment failure or non-compliance. 5. Geographic Proximity and Reduced Downtime: As the only FS-Elliott overhaul facility in Northern California, Rogers Machinery Company provides the closest authorized service, minimizing transportation costs and equipment downtime compared to using an out-of-state service provider. This notice of intent is not a request for competitive proposals, and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the proprietary knowledge and technical expertise needed to install and provide specialized service on FS-Elliott compressors, including model 220 BA3. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only asks questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice 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 or to proceed with a sole source purchase order. Capability statements are due by 10:00 AM PST, August 18, 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jonathan.a.stames.civ@us.navy.mil NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aef80069c27746f5b7bb4977e941b8b7/view)
- Record
- SN07546626-F 20250814/250812230044 (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 |