Intent to Sole Source Driving Housing

SOL #: d2c4417980a8494fad9b7c16ed9ea432Special NoticeSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States

Place of Performance

Bremerton, WA

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment (J020)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 5, 2026
2
Action Date
Mar 10, 2026, 7:00 PM

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, specifically Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), has issued a Special Notice indicating its intent to award a sole-source, firm fixed-price contract to Precision Equipment, Inc. for chrome plating services. This notice is not a request for competitive quotes, but interested parties may submit documentation demonstrating their capabilities by March 10, 2026, 12:00 PM PST.

Scope of Work

The requirement involves the removal of existing chrome plating and the installation of new chrome plating on one (1) each 17-4 PH CRES Driving Housing. Key performance standards include:

  • Chrome plating thickness: minimum 0.002", maximum 0.025".
  • Final cylinder inner dimensions: Diameters of 9.476"/9.480".
  • Surface finish: 8-16 RHR (Roughness height rating).
  • Total indicator run out must be measured and recorded. The Government will provide the Driving Housing, while the contractor is responsible for all other supplies, equipment, facilities, crating, and shipping. Adherence to standards like ASTME 384-22, SAE AMS 2460 Rev B, and Sargent Controls Drawing 30900-1001 Rev C is required, along with specific reporting (Acceptance Test Report, Condition Found Report).

Contract & Timeline

  • Type: Intent to Sole Source (Firm Fixed-Price contract anticipated)
  • Period of Performance: Estimated March 2026 to June 2026
  • Place of Performance: Contractor Facility
  • Response Due: March 10, 2026, 12:00 PM PST
  • Published: March 5, 2026
  • Set-Aside: None specified (Intent to Sole Source)

Evaluation

Responses to this notice will be considered solely to determine if competitive procurement is feasible. A determination not to compete is at the Government's discretion. The Government will evaluate performance based on a Quality Assurance Surveillance Plan (QASP).

Additional Notes

This notice is for informational purposes only; costs incurred by interested parties in responding will not be reimbursed. Any prospective contractor must be registered in the System for Award Management (SAM). Submissions should be sent via email to Gabrielle Guerrero with "RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A26Q0807" in the subject line.

People

Points of Contact

Gabrielle GuerreroPRIMARY
Andrew M. SkelleySECONDARY

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Mar 5, 2026
Intent to Sole Source Driving Housing | GovScope