Hartech Preventative Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) has issued a Special Notice of its intent to award a sole-source, firm fixed-price service contract to Hartech Group. This contract is for preventative maintenance on specific CNC machine tools. This notice is not a request for competitive quotes. Interested parties must submit capability statements by April 20, 2026, 9:00 AM Pacific Time.
Purpose & Scope
The objective is to ensure the integrity of operating systems and software for critical machinery by having the Original Equipment Manufacturers (OEMs) perform preventative maintenance. Hartech Group, as the exclusive federal provider for Saacke, Gurutzpe, and Danobat, will utilize OEM factory technicians to perform services on:
- One Saacke UWID tool grinding machine
- One Gurutzpe GLX 13.10.9.5 horizontal turning lathe
- One Danobat BGM 600 ball grinder
The scope includes maintenance tasks, providing service reports within ten business days, and submitting quotations for any major repairs or component replacements within ten business days. Services must be performed by OEM-employed technicians.
Contract Details
- Type: Intent to Award Sole-Source, Firm Fixed-Price Service Contract
- Duration: Five (5) years from award date (one base year and four option years)
- Set-Aside: None (Sole Source)
- NAICS: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ($12.5M size standard)
- PSC: J045, Maintenance, Repair and Rebuilding of Equipment: Plumbing, Heating, and Waste Disposal Equipment
- Place of Performance: Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, WA 98314, Building 431.
Response Information
This notice is not a request for competitive quotes, and no solicitation or RFQ will be forthcoming. However, interested parties may identify their interest and capability to respond to this requirement.
- Response Due: April 20, 2026, 9:00 AM Pacific Time
- Submission: Email only to Contract Specialist Isaiah Fontenot (isaiah.m.fontenot.civ@us.navy.mil) and Contracting Officer Amanpreet Johal (amanpreet.s.johal2.civ@us.navy.mil).
- Subject Line: "RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A26Q5712"
- Content: Clear and convincing documentation demonstrating capabilities to satisfy the requirements, including general information and technical background.
- Note: The Government will not be responsible for any costs incurred. A determination to compete this requirement, based upon responses, is solely within the discretion of the Government. Any prospective contractor must be registered in SAM.