SPECIAL NOTICE
J -- Intent to sole source- Preventive and Corrective Maintenance for the ION Chromatograph Systems, ISO 4000 & ISO 6000 and Components.
- Notice Date
- 1/23/2026 2:26:45 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A26Q1306
- Response Due
- 2/2/2026 9:00:00 AM
- Archive Date
- 02/17/2026
- Point of Contact
- Patrick Scott, Jacqueline Edgerton
- E-Mail Address
-
patrick.j.scott.civ@us.navy.mil, jacqueline.edgerton@navy.mil
(patrick.j.scott.civ@us.navy.mil, jacqueline.edgerton@navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- 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 THERMO ELECTRON NORTH AMERICA LLC. 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 period of performance shall be from approximately 23 March 2026 to 22 March 2027. With the following option years: Option Year I: 23 March 2027 to 22 March 2028, Option Year II: 23 March 2028 to 22 March 2029. INTENT TO SOLE SOURCE - PREVENTIVE AND CORRECTIVE MAINTENANCE FOR THE ION CHROMATOGRAPH SYSTEMS, ICS 4000 (AID 4523A15758) & ICS 6000 (AID: 4523A25093) AND COMPONENTS. THERMO ELECTRON NORTH AMERICA LLC /Thermo Fisher Scientific Thermo Fisher Scientific is the sole source manufacturer of your Thermo Scientific instrument and software. These instruments use a technologically advanced method to analyze and to identify unknown samples. Thermo Fisher Scientific is the only company certified to provide support, maintenance, and upgrade services to ensure that your instrumentation, sampling accessories and software will continue to perform according to original manufacturing specifications. Due to the ongoing nature of product development and support, field service personnel currently employed by Thermo Fisher are the only personnel authorized to perform installation, maintenance, or repairs beyond the scope of user maintenance as recommended in the system operator�s manuals. Additionally, replacement parts from third parties are not to be used as they may be incompatible with the current versions of software, firmware, or hardware as released by Thermo Fisher. There are no authorized manufacturers or service personnel outside the company. Field service personnel are required to undergo a coaching, mentoring, and certification process during their tenure at Thermo Fisher in order to be certified to perform service on the instruments. The North American Industry Classification System (NAICS) has been determined to be 811210 - Electronic and Precision Equipment Repair and Maintenance, with a large business size standard of $34,000,000.00. The Product Service Code for this acquisition is J066 Maint/repair/rebuild Of Equipment- Instruments and Laboratory Equipment 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 02 February 2026 at 9:00 AM Pacific Time. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR PREVENTIVE AND CORRECTIVE MAINTENANCE FOR THE ION CHROMATOGRAPH SYSTEMS, ICS 4000 (AID 4523A15758) & ICS 6000 (AID: 4523A25093) AND COMPONENTS. 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 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) 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 Purchasing agent, Patrick Scott by email at patrick.j.scott.civ@us.navy.mil and Contracting Officer, Angela Charpia at angela.m.charpia.civ@us.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 this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/716b639eee9b4deb8a2d9a6f2cb8db58/view)
- Place of Performance
- Address: Bremerton, WA 98314, USA
- Zip Code: 98314
- Country: USA
- Zip Code: 98314
- Record
- SN07695277-F 20260125/260123230036 (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 |