ContractCombined Synopsis/Solicitation

Maintenance/Repair for Ion Chromatography ICS-4000 & ICS-6000 Systems; PSNS & IMF

DEPT OF DEFENSE N4523A25Q1407
Response Deadline
Aug 20, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS & IMF), is soliciting proposals for maintenance and repair services for Thermo Fisher Dionex Ion Chromatography ICS-4000 and ICS-6000 systems. The contract, which is a Firm Fixed Price Commercial Service type, requires annual preventative maintenance, on-demand corrective services, and technical support, all to be performed by OEM-certified service engineers due to the specialized nature of the equipment. This service is critical for mission-essential operations at PSNS & IMF, ensuring the reliability and functionality of laboratory equipment. Proposals, including pricing and required documentation, are due by August 20, 2025, at 9:00 AM PST, with questions accepted until August 14, 2025. Interested parties should contact Rolf Jacobson or Angela Charpia via email for further information.

Classification Codes

NAICS Code
811210
Electronic and Precision Equipment Repair and Maintenance
PSC Code
J066
MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT

Solicitation Documents

4 Files
C8 25Q1407 Combined-Synopsis-Solicitation_Ready to Post.pdf
PDF362 KBAug 7, 2025
AI Summary
The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is soliciting proposals for preventative and corrective maintenance services on ICS-4000 and ICS-6000 systems. This is a Firm Fixed Price Commercial Service contract for a base year and two option years, with services including annual on-site preventative maintenance, on-demand corrective services, and phone support. The NAICS code is 811210 ($34M size standard) and the PSC is J066. Proposals, including pricing, company information, and agreement to terms, are due by August 20, 2025, 9:00 AM PST, via email to Rolf Jacobson and Angela Charpia. Questions are due by August 14, 2025. Offerors must be registered with SAM.gov. The document also details various FAR and DFARS clauses applicable to the contract, covering areas like payment instructions, government points of contact, safety requirements, and organizational conflict of interest disclosure.
A11 50288700 Service Contract Act WD 2015-5525.pdf
PDF5501 KBAug 7, 2025
AI Summary
No AI summary available for this file.
A5 50828700_8701 - PWS _Redacted.pdf
PDF1011 KBAug 7, 2025
AI Summary
This Performance Work Statement outlines a three-year service contract for the Thermo Fisher Dionex Ion Chromatograph System 4000 and 6000, crucial for mission-essential work at PSNS&IMF. The contract mandates annual preventative maintenance and on-demand corrective services, exclusively performed by OEM-certified Thermo Fisher Scientific service engineers due to the systems' specialized nature. Key objectives include a 3-business day on-site response time, OEM corrective maintenance with certified parts, and priority technical support. The period of performance is from August 2025 to August 2028, with work performed at PSNS & IMF, Bremerton, WA, during standard business hours. Contractor personnel require security clearance and must identify themselves as non-government officials. The contractor is responsible for providing all necessary personnel, equipment, supplies, and materials for the services outlined.
Contractor Badging and Access Requirements Solicitation Service Contracts.pdf
PDF250 KBAug 7, 2025
AI Summary
This government file outlines the comprehensive badging and access requirements for contractors working at Naval Base Kitsap (NBK), PSNS & IMF, Naval Base Kitsap Bangor Operational Area/Indian Island & Waterfront Restricted Areas, Naval Undersea Warfare Center Division Keyport, and Naval Station Everett. It details various identification credentials, including Common Access Cards (CAC), Single Day Passes, Defense Biometric Identification System (DBIDS) credentials, and Transportation Workers Identification Credentials (TWIC). The document specifies procedures for obtaining access, background screening, and special requirements for higher-level access areas such as Nuclear Work Areas. It also covers rules for vehicle access and the strict prohibition of certain portable electronic devices within controlled spaces. Contractors are responsible for ensuring compliance, submitting required documentation, and reporting any lost badges or security concerns. The rigorous process aims to maintain security and control access to sensitive government installations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 7, 2025
deadlineResponse DeadlineAug 20, 2025
expiryArchive DateSep 4, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
PUGET SOUND NAVAL SHIPYARD IMF

Point of Contact

Name
Rolf Jacobson

Place of Performance

Bremerton, Washington, UNITED STATES

Official Sources