Hydraulic Accumulator Barrel
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 Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) has issued a Special Notice / Notice of Intent to award a sole-source firm fixed-price contract to Precision Equipment, Inc. for Hydraulic Accumulator Barrel chrome plating services. This notice is NOT a request for quotes, but interested parties may submit documentation demonstrating their capabilities to satisfy the requirements. Responses are due by Monday, April 27, 2026, 12:00 PM PST.
Opportunity Details
- Agency: Department of the Navy, Puget Sound Naval Shipyard IMF
- Title: Hydraulic Accumulator Barrel
- Contract Type: Firm-Fixed Price (intended sole-source)
- Set-Aside: 8(a) Sole Source (FAR 19.8)
- Product Service Code: J999 (Non Nuclear Ship Repair)
- Period of Performance: May 22, 2026 – August 22, 2026
- Place of Performance: Contractor Facility (Silverdale, WA is the agency's location)
Scope of Work
The requirement is for removing existing chrome plating and installing new chrome plating on one specific SUBSAFE/VEL hydraulic accumulator cylinder. Key specifications include:
- Item: One (1) hydraulic accumulator cylinder, approximately 39.25” long and 16” in outside diameter (OD), bimetal cast.
- Plating Thickness: Minimum .002” to maximum .025” (SAE AMS 2460 Rev B, Class 2).
- Final Dimensions: Inner diameters of 13.474” / 13.478”.
- Performance Standards: Verification of contractor chrome tank hardness capabilities, maximum .002” Total Indicator Runout, and 8-16 RHR surface finish.
- Deliverables: Acceptance Test Report (CDRL A001) and Condition Found Report (CDRL A002).
- Logistics: Government will ship the cylinder to the contractor; contractor is responsible for crating and shipping the completed cylinder back to PSNS & IMF.
Response Information
- This notice is NOT a request for competitive quotes. However, interested parties may identify their interest and capabilities.
- Response Due: Monday, April 27, 2026, 12:00 PM PST.
- Submission: Submit clear and convincing documentation demonstrating capabilities via email to Christopher Cooper at christopher.t.cooper14.civ@us.navy.mil.
- Important Note: A determination not to compete this requirement, based on responses, is solely at the Government's discretion. The Government will not be responsible for any costs incurred by interested parties in responding. Any prospective contractor must be registered in SAM to be eligible for award.