SOLICITATION NOTICE
J -- Locomotive Single Engine Alteration
- Notice Date
- 7/23/2025 4:45:31 AM
- Notice Type
- Presolicitation
- NAICS
- 488210
— Support Activities for Rail Transportation
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215825Q0012
- Response Due
- 7/25/2025 6:00:00 AM
- Archive Date
- 08/09/2025
- Point of Contact
- Eugene Fenner
- E-Mail Address
-
eugene.e.fenner.civ@us.navy.mil
(eugene.e.fenner.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source
- Description
- Synopsis: N42158-25-Q-0012: The Naval Sea Systems Command (NAVSEA) at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) single award contract to modify an 80-ton General Electric locomotive so that it can operate using only one engine at a time. Currently, the locomotive operates with both engines running simultaneously to provide full power, but this modification will allow the operator to isolate and run a single engine independently. The required items are commercial in nature and are prepared in accordance with the guidance provided in FAR Subpart 12.6 and FAR Part 13, as supplemented by the additional information included in this notice. The proposed contract action involves commercial services for which the Government intends to solicit and negotiate with only one source, McHugh Locomotive & Equipment, under the authority of FAR 13.106-1(b)(1). McHugh Locomotive & Equipment is uniquely qualified to perform the required services due to their proprietary knowledge, experience, and existing warranty coverage of the wiring system, which remains in effect until October 25, 2025. The wiring system is an integral and incidental component of the locomotive, and because contractors must access and work through this wiring during maintenance or repairs. The applicable North American Industry Classification System (NAICS) code for this procurement is 488210, with a small business size standard of $34 million. The Product Service Code (PSC) assigned to this requirement is K022. The period of performance for this acquisition is anticipated to begin August 1, 2025, through October 8, 2025. Inclusion of FAR 52.217-8 is recommended. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted on BetaSAM, https://beta.sam.gov. The solicitation is expected to be available through July 25, 2025, 9:00 am. Solicitation N42158-25-Q-0012 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at Beta SAM on the interested vendor list under N42158-25-Q-0012. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management to participate in this procurement at https://beta.sam.gov. All responsible sources may submit a quotation, which shall be considered by the Government. By submitting a quotation, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. By submission of a quotation, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://beta.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Eugene Fenner, Contract Specialist at eugene.e.fenner.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a294e20105504e00834ba893247eae3b/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07520558-F 20250725/250723230045 (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 |