Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2021 SAM #7070
SOLICITATION NOTICE

J -- Notice to sole source for dry dock repairs to Taurus Power and Controls Inc.

Notice Date
4/8/2021 2:38:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A21Q5714
 
Response Due
4/16/2021 7:00:00 AM
 
Archive Date
05/01/2021
 
Point of Contact
Mike Myers, George R. Rutt
 
E-Mail Address
michael.d.myers3@navy.mil, george.rutt@navy.mil
(michael.d.myers3@navy.mil, george.rutt@navy.mil)
 
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 and IMF) Contracting Office (Code 440), hereby provides notice of its intent to award a sole-source, firm fixed service contract to Taurus Power & Controls, Inc. 9999 SW Avery Street, Tualatin OR 97062.� Sole sourcing per FAR 13.106-3(b) (3) (i) to Taurus Power & Controls Inc.� Taurus Power & Controls has proprietary data rights to the computer programming the Process Water Collection system needs to properly operate as configured at the PSNS &IMF sites. �The period of performance is 90 days from date of award. Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) is a regional naval shipyard that repairs and reconditions naval vessels. There are six Dry-docks at PSNS & IMF, and at each dry-dock, there is a Process Water Collection System (PWCS). The PWCS collects all of the water from the dry-dock floor and pumps it to a certain location depending on the turbidity of the water. At each PWCS there is a touchscreen Human Machine Interface (HMI), a Programmable Logic Computer (PLC), and a PWCS Control Panel. These three items all work together by running the FactoryTalk View program and the PLC ladder logic that controls multiple items such as the controller, input/output cards, PWCS pumps, valves, and sensors. The PWCS is used to maintain compliance with the National Pollutant Discharge Elimination System permit issued by the EPA and the State Waste Discharge Permit (SWDP) issued by the WA Department of Ecology. PSNS operates these systems in accordance with the Federal Facility Compliance Agreement (FFCA). When the HMI or control panels stop working we are unable to operate the PWCS.� The NAICS code for this requirement is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a small business size standard of 750 people.� The product service code is J020.� 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 April 16th 2021 at 10:00am Pacific Standard Time. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A21Q5714. A determination 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 and IMF Contracting Office (Code 440) 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) in order 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 Mike Myers, by email at Michael.d.myers3@navy.mil and Contracting Officer, George Rutt at George.rutt@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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d305b15d8ef04e0b913c50d5a40e8877/view)
 
Place of Performance
Address: WA 98363, USA
Zip Code: 98363
Country: USA
 
Record
SN05966144-F 20210410/210408230106 (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.