Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOLICITATION NOTICE

J -- Preventative Maintenance and Calibration plan for GE Type 5203/300 Structurix M-Eco Radiography Film Processors for Puget Sound Naval Shipyard (Bremerton, WA) and Naval Air Station North Island (San Diego, CA)

Notice Date
9/10/2025 11:24:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A25Q1412
 
Response Due
9/11/2025 3:00:00 PM
 
Archive Date
09/26/2025
 
Point of Contact
Crystal McCarthy, Jacqueline Edgerton
 
E-Mail Address
crystal.m.mccarthy2.civ@us.navy.mil, jacqueline.f.edgerton.civ@us.navy.mil
(crystal.m.mccarthy2.civ@us.navy.mil, jacqueline.f.edgerton.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
***** AMENDED 9/10/25 Due to Changes in PWS. See Updated Revised PWS. Revisions corrected in Red Font ***** ****AMENDED 8/25/25 Due to Changes in PWS. See Revised PWS for changes**** *****AMENDED 8/18/25 TO ADD Q&A PDF DOCUMENT FOR QUESTIONS SUBMITTED DURING OPEN PERIOD***** Combined Synopsis Solicitation Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) Preventative and Corrective Maintenance for General Electric Structurix M-Eco Radiography Film Processors at PSNS&IMF in Bremerton, WA and Naval Air Station North Island (NASNI) in San Diego, CA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Procedures for Certain Commercial Items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. PSNS&IMF, located in Bremerton, WA, and NASNI, located in San Diego, CA, are requesting proposals for periodic preventative maintenance services for quantity three (3) General Electric (GE) Structurix M-Eco Radiography Film Processors, details of the requirement are listed in the attached Performance Work Statement (PWS). Solicitation number N4523A25Q1412 is a Request for Quote (RFQ). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 11 June 2025, and Defense FAR Supplement (DFARS) Publication Notice 17 January 2025. This requirement will be solicited and procured utilizing Full and Open competition; no set-aside is proposed. The associated North American Industry Classification (NAICS) code is 811210, Electronic and Precision Equipment Repair and Maintenance with a Business Size Standard of $34.0 million. The Product Service Code (PSC) is J066, Maintenance/Repair/Rebuild of Equipment � Instruments and Laboratory Equipment. The Government intends to award a firm-fixed price single award indefinite delivery-indefinite quantity (IDIQ) contract. The contract line-item numbers (CLIN) consist of the following: the Vendor shall complete this pricing structure, section in its entirety and return with any other documentation, attachments or data as required by this solicitation. Contractor shall provide documentation, such as a previous invoice, proposal on company letterhead, contract or similar substantiate proposed pricing. CLIN 0001 Bi-Annual Maintenance at Puget Sound Naval Shipyard � Bremerton, WA The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform bi-annual preventative maintenance on two (2) GE Type 5203/300 Structurix M-Eco Radiography Film Processor as defined in the attached PWS. Equipment: S/N 1756 AID 4523A16500 and S/N 1763 AID 4523A17179 Quantity: 20 Unit of Measure: Job Unit Price: __________________ Total Price: ___________________ Location: Puget Sound Naval Shipyard, Bremerton, WA FOB: Destination Fixed Price CLIN 0002 Unscheduled Inspect and Repair at Puget Sound Naval Shipyard - Bremerton, WA Onsite, unscheduled inspect and repair service calls at PSNS � Bremerton, WA IAW section 5.3 of PWS. Quantity: 10 Unit of Measure: Job Unit Price: __________________ Total Price: ___________________ Location: Puget Sound Naval Shipyard, Bremerton, WA FOB: Destination Fixed Price CLIN 0003 CLIN 0001 Bi-Annual Maintenance at Naval Air Station North Island (NASNI) � San Diego, CA The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform bi-annual preventative maintenance on one (1) GE Type 5203/300 Structurix M-Eco Radiography Film Processor as defined in the attached PWS. Equipment: S/N 1758 AID 4523A17182 Quantity: 10 Unit of Measure: Job Unit Price: __________________ Total Price: ___________________ Location: Naval Air Station North Island, San Diego, CA FOB: Destination Fixed Price CLIN 0004 Unscheduled Inspect and Repair at Naval Air Station North Island � San Diego, CA Onsite, unscheduled inspect and repair service calls at NASNI � San Diego, CA IAW section 5.3 of PWS. Quantity: 5 Unit of Measure: Job Unit Price: __________________ Total Price: ___________________ Location: Naval Air Station North Island, San Diego, CA FOB: Destination Fixed Price CLIN 0005 Follow-on Repairs Follow-on repairs based on Open and Inspect results under CLIN0002 &/or CLIN0004 IAW section 5.3 of the PWS. THIS CLIN IS NOT PRICED AT THE TIME OF AWARD Quantity: 5 Unit of Measure: Job Unit Price: __________________ Total Price: ___________________ Location: Naval Air Station North Island, San Diego, CA FOB: Destination Fixed Price 9. A full description of all requirements associated with this contract action are provided in a detailed Performance Work Statement (Attachment 1). Special Qualifications (ref. PWS 1.9): Authorized by Waygate (formerly GE) to perform maintenance and repair services on GE Type 5203/300 Structurix M-Eco Film Processors, Authorized Waygate dealer and have access to OEM parts for GE Type 5203/300 Structurix M-Eco Film processors Minimum of five (5) years� experience in preventative maintenance and repair of GE Type 5203/300 Structurix M-Eco Film Processors 10. Delivery shall be FOB Destination. The delivery location information is provided in PWS. 11. Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Contractor shall include delivery schedule information in their proposal. 12. Place of Performance: Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, WA 98314, inside the Controlled Industrial Area and at Puget Sound Naval Detachment (N35620) Naval Air Station North Island (NASNI) Coronado BLDG 73 (Roe Street Access) San Diego, CA 92135. 13. Period of Performance: 09/01/2025 through 08/31/2030 or for a maximum 5 years from date of contract award. 14. Please submit your proposal, along with the rest of the solicitation requirements in the current solicitation, no later than 28 August 2025 by 03:00 PM Pacific Standard Time via email to Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil, and Jacqueline Edgerton, jacqueline.f.edgerton.civ@us.navy.mil. Proposals submitted after solicitation closing will not be considered. 15. Solicitation questions shall be submitted electronically via email to Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil, and Jacqueline Edgerton, jacqueline.f.edgerton.civ@us.navy.mil , no later than 26 August 2025, 12:00 PM Pacific Standard Time. NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Proposals are due by 28 August 2025 by 03:00 PM Pacific Standard Time. 16. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Facility is Ashley Jackson (360) 979-3423, ashley.n.jackson115.civ@us.navy.mil. 17. Vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications�Commercial items (DEC 2022), are up to date in SAM.gov. To be eligible for the award, registration with the System for Award Management (SAM) must be current at the time of submitting proposals. This requirement is not waived. To register or apply please visit the SAM website at HYPERLINK �http://www.sam.gov/�. If you are not registered, you may request an application at (866) 606-8220 between the hours of 6 am � 8 pm (Eastern Time). The Contracting Officer will verify the Entity�s CAGE code prior to the award, so please ensure you include it in your cover letter. Failure to obtain SAM registration will result in submissions not being considered for the award. Please provide the following information, with a copy of the provisions in accordance with FAR 52.212-3 including its Alternate I, Offeror Representation and Certifications-Commercial Items. Name of Business Entity: Primary Address: DUNS No.: CAGE Code: Federal Tax ID: Name of Contact: Phone: Email Address: 18. Offerors are notified that initial proposals which are incomplete may be eliminated from further consideration for award. The contractor must meet all requirements of this Request for Quote. Award will be made to the proposal that is most advantageous to the Government in terms of meeting its requested delivery date and specifications, in accordance with 52.212-2, Evaluation � Commercial Items. 19. In accordance with 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services Addendum Instructions and Submittal Requirements for Each Factor, Offerors shall provide the following information with the quote: A. An official proposal with the RFP number, Company Name and Address, point of contact, and CAGE Code on company letterhead. B. The CLIN pricing must be completed, and all attachments must be completed and submitted. C. Include a statement specifying the extent of agreement with all terms, conditions and provisions included in the RFP. Proposals that take exception to the terms and conditions of the RFP may not be excluded from consideration. Ensure this is not in your email, but a part of your official proposal document. 20. The Following Checked FAR and DFARS Clauses Are Applicable to This Purchase by Reference and By Full Text. The Full Text of The Clauses/Provisions from The FAR and DFARS Can Be Accessed Via the Internet Using the Following Web -Site Addresses: FAR - https://acquisition.gov/far/index.html DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ 21. Method of Payment: DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. **Full Document with Clauses and Provisions attached to posting**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35dbf412dbcc47fd9872f02334e7c215/view)
 
Place of Performance
Address: Bremerton, WA, USA
Country: USA
 
Record
SN07585259-F 20250912/250910230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.