Troubleshoot and Repair Installed Universal Flowmeters
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 indicating its intent to award a sole-source, firm fixed-price contract to Sensia LLC for the troubleshooting and repair of installed Universal Flowmeters. This requirement is for preventative maintenance of proprietary Cameron Tech Flow Transducers and Flow Computers. While this is not a request for competitive quotes, interested parties may submit capabilities statements to demonstrate their ability to meet the requirements.
Scope of Work
The contractor will provide troubleshooting and repair services for installed Universal Flowmeters, specifically four Cameron Technologies P/N 9A-203B130G01 flow transducers and three Cameron Technologies P/N 300C036G01 flow computers. Services include:
- Identifying and repairing faults.
- Providing all necessary equipment, travel, labor, tools, test equipment, software, consumables, and Personal Protective Equipment (PPE).
- Performing shipboard troubleshooting and repair.
- Providing guidance on calibration and adjustment.
- Updating software for flow computers.
- Observing system operation, diagnosing errant readings, and coordinating with production shops.
- Providing on-site demonstration and training for installation and setup.
- Assisting with a specific Test Procedure.
Contract & Timeline
- Contract Type: Firm Fixed-Price (Sole-Source Intent)
- Period of Performance: March 10, 2026, to March 17, 2026
- Place of Performance: Naval Base Kitsap Bangor, Trident Refit Facility, Silverdale, WA 98383
- Response Due: March 6, 2026, 12:00 PM PST
- Published Date: February 20, 2026
Special Requirements
Contractor employees must not perform work requiring radiation monitoring and require express approval for nuclear work. Access to and control of Restricted Data (RD) regarding Naval Nuclear Propulsion Information (NNPI and U-NNPI) is required, necessitating a Confidential Facility Security Clearance. Personnel must attend arrival/safety briefs, comply with work authorization/tag-out, mark work areas for hazards, and ensure fire safety. The Government will provide HAZWASTE disposal, rigging, temporary utilities, and a 100 SQ FT laydown area.
Submission & Evaluation
This notice is not a request for competitive quotes. Responses will be considered solely to determine if a competitive procurement is feasible, which remains at the Government's discretion. Interested parties must submit clear and convincing documentation demonstrating their capabilities to Katie Lauer (katherine.e.lauer.civ@us.navy.mil) and Amanpreet Johal (amanpreet.s.johal2.civ@us.navy.mil) via email, with "RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A26Q0011" in the subject line. All prospective contractors must be registered in SAM.gov.