Maintenance, Repair and Preservation of Beluga Barge
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.
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 and IMF) Contracting Department (Code 400), hereby provides notice of its intent to award a sole-source, firm fixed supply contract to Motive Power Marine, 401 E Alexander AVE STE 407, Tacoma, WA 98431, United States. The contract is expected to be awarded under FAR 13.106((b)(1)(i). The period of performance is estimated to be fifty days from time of award.
Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility. Upon docking vessel, wash, and clean vessel. Accomplish Steel repairs. Generate ABS approved “Red Line” drawing. Coordinate ABS inspections. Final air test all tanks. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.
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 December 24, 2025 10:00am Pacific Standard Time.
Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A26Q1003.
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 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 Contract Specialist, Hailee Scheibner, by email at hailee.c.scheibner.civ@us.navy.mil and Contracting Officer, Chris Davidson at christopher.t.davidson7.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 these requirements.