Intent to Sole Source Seawolf HPAC
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 Department of the Navy, Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source, firm fixed-price contract to Rix Industries for the overhaul and shipboard testing of the No. 2 High Pressure Air Compressor (HPAC) for a Seawolf class submarine. This notice is not a request for competitive quotes. However, interested parties may submit documentation demonstrating their capabilities by May 11, 2026, at 12:00 PM PST.
Purpose
PSNS & IMF has prepared a Justification and Approval to award a sole-source contract to Rix Industries, the Original Equipment Manufacturer (OEM), to perform the overhaul and associated testing of the No. 2 HPAC due to reduced capacity. This notice serves to inform the public of this intent and allow other capable sources to identify their interest.
Scope of Work
The contractor will perform shipboard work within the engine room (Frame 71) at PSNS & IMF, Silverdale, WA, to accomplish the overhaul and complete shipboard testing of the No. 2 HPAC, strictly in accordance with OEM specifications. Ships Force (SF) will be responsible for shipboard testing and acceptance. The OEM is expected to provide all necessary materials, travel, and technical representatives for the overhaul.
Special Requirements
Key requirements include: a FINAL security clearance (minimum Confidential) for contractor employees due to access to Restricted Data (RD) and Naval Nuclear Propulsion Information (NNPI); interim clearances are not sufficient. Contractor employees are prohibited from performing work requiring personnel monitoring of radiation. Compliance with work authorization and tag-out procedures, safety protocols, and specific technical standards (e.g., Northwest Regional Maintenance Center Local Standard Items 099-12NW) is mandatory. The government will supply services such as oil/coolant replenishment, laydown areas, and equipment transportation.
Contract & Timeline
- Type: Intent to Sole Source (Firm Fixed-Price)
- Proposed Awardee: Rix Industries
- Period of Performance: Estimated May 2026 to June 2026
- Set-Aside: None specified
- Response Due: May 11, 2026, 12:00 PM PST
- Published: May 8, 2026
Response Information
This is not a request for quotes. Responses from interested parties will be considered solely to determine if competitive procurement is feasible. Submissions must be written, demonstrate clear and convincing capabilities to meet the requirements, and be sent via email to Gabrielle Guerrero (gabrielle.m.guerrero3.civ@us.navy.mil) with the subject line "RESPONSE TO ITENT TO SOLE SOURCE FOR N4523A26Q0812 Seawolf HPAC". Respondents will not be reimbursed for costs incurred. Any prospective contractor must be registered in SAM to be eligible for award.