Search Contract Opportunities

Preventative Maintenance and Calibration plan for GE Type 5203/300 Structurix M-Eco Radiography Film Processors for Puget Sound Naval Shipyard (Bremerton, WA) and Naval Air Station North Island (San Diego, CA)   2

ID: N4523A25Q1412 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: Sept. 10, 2025, 2:24 p.m. EDT

***** AMENDED 9/10/25 Due to Changes in PWS. See Updated Revised PWS. Revisions corrected in Red Font *****

****AMENDED 8/25/25 Due to Changes in PWS. See Revised PWS for changes****

*****AMENDED 8/18/25 TO ADD Q&A PDF DOCUMENT FOR QUESTIONS SUBMITTED DURING OPEN PERIOD*****

Combined Synopsis Solicitation

Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF)

Preventative and Corrective Maintenance for General Electric Structurix M-Eco Radiography Film Processors at PSNS&IMF in Bremerton, WA and Naval Air Station North Island (NASNI) in San Diego, CA

  1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Procedures for Certain Commercial Items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
  2. PSNS&IMF, located in Bremerton, WA, and NASNI, located in San Diego, CA, are requesting proposals for periodic preventative maintenance services for quantity three (3) General Electric (GE) Structurix M-Eco Radiography Film Processors, details of the requirement are listed in the attached Performance Work Statement (PWS).
  3. Solicitation number N4523A25Q1412 is a Request for Quote (RFQ).
  4. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 11 June 2025, and Defense FAR Supplement (DFARS) Publication Notice 17 January 2025.
  5. This requirement will be solicited and procured utilizing Full and Open competition; no set-aside is proposed.
  6. The associated North American Industry Classification (NAICS) code is 811210, Electronic and Precision Equipment Repair and Maintenance with a Business Size Standard of $34.0 million. The Product Service Code (PSC) is J066, Maintenance/Repair/Rebuild of Equipment Instruments and Laboratory Equipment.
  7. The Government intends to award a firm-fixed price single award indefinite delivery-indefinite quantity (IDIQ) contract.
  8. The contract line-item numbers (CLIN) consist of the following: the Vendor shall complete this pricing structure, section in its entirety and return with any other documentation, attachments or data as required by this solicitation. Contractor shall provide documentation, such as a previous invoice, proposal on company letterhead, contract or similar substantiate proposed pricing.

CLIN 0001 Bi-Annual Maintenance at Puget Sound Naval Shipyard Bremerton, WA

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform bi-annual preventative maintenance on two (2) GE Type 5203/300 Structurix M-Eco Radiography Film Processor as defined in the attached PWS. Equipment: S/N 1756 AID 4523A16500 and S/N 1763 AID 4523A17179

Quantity: 20

Unit of Measure: Job

Unit Price: __________________

Total Price: ___________________

Location: Puget Sound Naval Shipyard, Bremerton, WA

FOB: Destination

Fixed Price

CLIN 0002 Unscheduled Inspect and Repair at Puget Sound Naval Shipyard - Bremerton, WA

Onsite, unscheduled inspect and repair service calls at PSNS Bremerton, WA

IAW section 5.3 of PWS.

Quantity: 10

Unit of Measure: Job

Unit Price: __________________

Total Price: ___________________

Location: Puget Sound Naval Shipyard, Bremerton, WA

FOB: Destination

Fixed Price

CLIN 0003 CLIN 0001 Bi-Annual Maintenance at Naval Air Station North Island (NASNI) San Diego, CA

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform bi-annual preventative maintenance on one (1) GE Type 5203/300 Structurix M-Eco Radiography Film Processor as defined in the attached PWS. Equipment: S/N 1758 AID 4523A17182

Quantity: 10

Unit of Measure: Job

Unit Price: __________________

Total Price: ___________________

Location: Naval Air Station North Island, San Diego, CA

FOB: Destination

Fixed Price

CLIN 0004 Unscheduled Inspect and Repair at Naval Air Station North Island San Diego, CA

Onsite, unscheduled inspect and repair service calls at NASNI San Diego, CA

IAW section 5.3 of PWS.

Quantity: 5

Unit of Measure: Job

Unit Price: __________________

Total Price: ___________________

Location: Naval Air Station North Island, San Diego, CA FOB: Destination

Fixed Price

CLIN 0005 Follow-on Repairs

Follow-on repairs based on Open and Inspect results under CLIN0002 &/or CLIN0004 IAW section 5.3 of the PWS. THIS CLIN IS NOT PRICED AT THE TIME OF AWARD

Quantity: 5

Unit of Measure: Job

Unit Price: __________________

Total Price: ___________________

Location: Naval Air Station North Island, San Diego, CA FOB: Destination

Fixed Price

9. A full description of all requirements associated with this contract action are provided in a detailed Performance Work Statement (Attachment 1).

Special Qualifications (ref. PWS 1.9):

  • Authorized by Waygate (formerly GE) to perform maintenance and repair services on GE Type 5203/300 Structurix M-Eco Film Processors,
  • Authorized Waygate dealer and have access to OEM parts for GE Type 5203/300 Structurix M-Eco Film processors
  • Minimum of five (5) years' experience in preventative maintenance and repair of GE Type 5203/300 Structurix M-Eco Film Processors

10. Delivery shall be FOB Destination. The delivery location information is provided in PWS.

11. Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Contractor shall include delivery schedule information in their proposal.

12. Place of Performance: Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, WA 98314, inside the Controlled Industrial Area and at Puget Sound Naval Detachment (N35620) Naval Air Station North Island (NASNI) Coronado BLDG 73 (Roe Street Access) San Diego, CA 92135.

13. Period of Performance: 09/01/2025 through 08/31/2030 or for a maximum 5 years from date of contract award.

14. Please submit your proposal, along with the rest of the solicitation requirements in the current solicitation, no later than 28 August 2025 by 03:00 PM Pacific Standard Time via email to Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil, and Jacqueline Edgerton, jacqueline.f.edgerton.civ@us.navy.mil. Proposals submitted after solicitation closing will not be considered.

15. Solicitation questions shall be submitted electronically via email to Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil, and Jacqueline Edgerton, jacqueline.f.edgerton.civ@us.navy.mil , no later than 26 August 2025, 12:00 PM Pacific Standard Time.

NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Proposals are due by 28 August 2025 by 03:00 PM Pacific Standard Time.

16. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Facility is Ashley Jackson (360) 979-3423, ashley.n.jackson115.civ@us.navy.mil.

17. Vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications Commercial items (DEC 2022), are up to date in SAM.gov. To be eligible for the award, registration with the System for Award Management (SAM) must be current at the time of submitting proposals. This requirement is not waived. To register or apply please visit the SAM website at HYPERLINK http://www.sam.gov/ . If you are not registered, you may request an application at (866) 606-8220 between the hours of 6 am 8 pm (Eastern Time). The Contracting Officer will verify the Entity's CAGE code prior to the award, so please ensure you include it in your cover letter. Failure to obtain SAM registration will result in submissions not being considered for the award.

Please provide the following information, with a copy of the provisions in accordance with FAR 52.212-3 including its Alternate I, Offeror Representation and Certifications-Commercial Items.

Name of Business

Entity:

Primary Address:

DUNS No.:

CAGE Code:

Federal Tax ID:

Name of Contact:

Phone:

Email Address:

18. Offerors are notified that initial proposals which are incomplete may be eliminated from further consideration for award. The contractor must meet all requirements of this Request for Quote. Award will be made to the proposal that is most advantageous to the Government in terms of meeting its requested delivery date and specifications, in accordance with 52.212-2, Evaluation Commercial Items.

19. In accordance with 52.212-1 Instructions to Offerors Commercial Products and Commercial Services Addendum Instructions and Submittal Requirements for Each Factor, Offerors shall provide the following information with the quote:

A. An official proposal with the RFP number, Company Name and Address, point of contact, and CAGE Code on company letterhead.

B. The CLIN pricing must be completed, and all attachments must be completed and submitted.

C. Include a statement specifying the extent of agreement with all terms, conditions and provisions included in the RFP. Proposals that take exception to the terms and conditions of the RFP may not be excluded from consideration. Ensure this is not in your email, but a part of your official proposal document.

20. The Following Checked FAR and DFARS Clauses Are Applicable to This Purchase by Reference and By Full Text. The Full Text of The Clauses/Provisions from The FAR and DFARS Can Be Accessed Via the Internet Using the Following Web -Site Addresses:

FAR - https://acquisition.gov/far/index.html

DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/

21. Method of Payment: DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

**Full Document with Clauses and Provisions attached to posting**

Posted: Aug. 25, 2025, 1:07 p.m. EDT
Posted: Aug. 18, 2025, 5:07 p.m. EDT
Posted: Aug. 12, 2025, 2:14 p.m. EDT
Background
The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is seeking proposals for preventative and corrective maintenance services for three General Electric Structurix M-Eco Radiography Film Processors. This contract aims to ensure the optimal performance of these processors, which are critical for non-destructive testing and radiography inspections on U.S. Navy ships. The existing maintenance contract is set to expire in August 2025, necessitating a new indefinite delivery-indefinite quantity (IDIQ) contract to continue these essential services.

Work Details
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the following tasks:

1. **Bi-Annual Maintenance at Puget Sound Naval Shipyard** - Perform bi-annual preventative maintenance and ISO 17025 calibration on two GE Type 5203/300 Structurix M-Eco Radiography Film Processors located in Bremerton, WA.

2. **Unscheduled Inspect and Repair at Puget Sound Naval Shipyard** - Provide onsite unscheduled inspection and repair service calls as needed.

3. **Bi-Annual Maintenance at Naval Air Station North Island** - Conduct bi-annual preventative maintenance and ISO 17025 calibration on one GE Type 5203/300 Structurix M-Eco Radiography Film Processor located in San Diego, CA.

4. **Unscheduled Inspect and Repair at Naval Air Station North Island** - Provide onsite unscheduled inspection and repair service calls as needed.

5. **Follow-on Repairs** - Execute follow-on repairs based on findings from previous inspections under CLIN0002 or CLIN0004.

Period of Performance
The period of performance for this contract will be from September 1, 2025, through August 31, 2030, or for a maximum of five years from the date of contract award.

Place of Performance
The work will be performed at two locations: Puget Sound Naval Shipyard located at 1400 Farragut Avenue, Bremerton, WA 98314; and Naval Air Station North Island located in Coronado BLDG 73 (Roe Street Access), San Diego, CA 92135.

Overview

Response Deadline
Sept. 11, 2025, 6:00 p.m. EDT (original: Aug. 20, 2025, 12:00 p.m. EDT) Past Due
Posted
Aug. 12, 2025, 2:14 p.m. EDT (updated: Sept. 10, 2025, 2:24 p.m. EDT)
Set Aside
None
Place of Performance
Bremerton, WA United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Vehicle Type
Indefinite Delivery Contract
On 8/12/25 Naval Sea Systems Command issued Synopsis Solicitation N4523A25Q1412 for Preventative Maintenance and Calibration plan for GE Type 5203/300 Structurix M-Eco Radiography Film Processors for Puget Sound Naval Shipyard (Bremerton, WA) and Naval Air Station North Island (San Diego, CA) due 9/11/25. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Crystal McCarthy   Profile
Phone
None

Secondary Contact

Name
Jacqueline Edgerton   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Ashley Jackson Profile ashley.n.jackson115.civ@us.navy.mil (360) 979-3423

Documents

Posted documents for Synopsis Solicitation N4523A25Q1412

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N4523A25Q1412

Award Notifications

Agency published notification of awards for Synopsis Solicitation N4523A25Q1412

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N4523A25Q1412

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N4523A25Q1412

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N4523A25Q1412

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N4523A25Q1412

Experts for Preventative Maintenance and Calibration plan for GE Type 5203/300 Structurix M-Eco Radiography Film Processors for Puget Sound Naval Shipyard (Bremerton, WA) and Naval Air Station North Island (San Diego, CA)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PUGET SOUND NAVAL SHIPYARD IMF
FPDS Organization Code
1700-N4523A
Source Organization Code
500022455
Last Updated
Sept. 27, 2025
Last Updated By
crystal.m.mccarthy2.civ@us.navy.mil
Archive Date
Sept. 26, 2025