SPECIAL NOTICE
J -- Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
- Notice Date
- 11/26/2025 6:02:29 AM
- Notice Type
- Special Notice
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- Contracting Office
- DEPT OF THE NAVY
- ZIP Code
- 00000
- Solicitation Number
- N4215826_PLC_Upgrade
- Response Due
- 12/16/2025 7:00:00 AM
- Archive Date
- 12/16/2025
- Point of Contact
- Chaunsa Saunders, Phone: 7573969692, Jordan Moore, Phone: 7573968359
- E-Mail Address
-
chaunsa.d.saunders.civ@us.navy.mil, jordan.e.moore.civ@us.navy.mil
(chaunsa.d.saunders.civ@us.navy.mil, jordan.e.moore.civ@us.navy.mil)
- Description
- PLEASE NOTE THAT THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL This special notice is issued by Norfolk Naval Shipyard (NNSY) for the sole purpose of engaging industry to determine what/ if any innovative designs are available to meet our current need, and potential procurement approaches. This effort seeks out qualified business sources capable of removing and replacing the Process controls for the Naval Station Norfolk (NSN) Radioactive Liquid Waste (RLW) Processing System Process Controls. All interested parties are encouraged to respond with the requested information below. This requirement is in the research stage and there is not a solicitation at this time. This is a Request for Information (RFI) only. This special notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government will not return any information submitted, nor will the Government compensate any company who responds to this Notice. Large and small companies that have experience with these services are encouraged to respond to this notice. If applicable, identify your small business status to the identified NAICS code. Please provide a capabilities statement, estimated Rough Order of Magnitude (ROM), and provide responses to the outlined questions. The information below is requested at a minimum: Company name, address, telephone number, CAGE code, DUNS number, point of contact (name, phone# and e-mail). If your company is a small business, please identify the socioeconomic status. Have you performed the same or similar work in the past? What do you consider the best technical and contractual approach to accomplish the desired result as defined in the PWS? What is a rough order of magnitude for your anticipated design, manufacturing, and installation, respectively? What would be the anticipated duration to complete the design, manufacture, and install the end product? If the services can be solicited from a GSA schedule, provide the GSA contract number. Comments or suggested changes to the Government's NAICS and PSC Determination Explanation of the company's ability to perform 100% of the efforts required. This statement shall not reiterate or duplicate the language set forth in this notice or language from the attached DRAFT PWS. Your CAPABILITIES STATEMENT shall demonstrate your company�s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. **Interested contractors in this field may contact the Contract Specialists no later than 16 December 2025 to schedule a Site Visit with the subject matter experts in this area. During this site visit the expectation is that the contractor asks questions that pertain to functional capabilities and any constraints the shipyard is aware of, collecting enough information to aid in the completion of the requirement.** By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov. Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to Chaunsa Saunders at chaunsa.d.saunders.civ@us.navy.mil and Jordan Moore at jordan.e.moore.civ@us.navy.mil, with a copy to Chad Godwin at chad.r.godwin.civ@us.navy.mil, no later than 16 December 2025 at 10:00 AM EST. NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED. Requests for a solicitation package will not be honored nor will technical point-of-contact information be provided. Again, this is not a request for a proposal. Respondents will not be notified of the results.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a8e832b204904b6e8d83d93bfd5da1cf/view)
- Place of Performance
- Address: VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07652442-F 20251128/251126230036 (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 |