4730 FLANGE SUB-ASSEMBLY

SOL #: N0040626Q0121Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Fabricated Pipe and Pipe Fitting Manufacturing (332996)

PSC

Hose, Pipe, Tube, Lubrication, And Railing Fittings (4730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 21, 2026
2
Submission Deadline
Apr 30, 2026, 7:00 PM

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 NAVSUP Fleet Logistics Center Puget Sound is soliciting proposals for Brand Name FLANGE SUB-ASSEMBLY parts, specifically D43-1-02 SH 2 MOD (BIW 30222-016) and D43-1-03 SH 2 MOD (BIW 30222-024). This requirement is a Total Small Business Set-Aside and is restricted to products manufactured by L-3 Communications Westwood Corp NMP Div due to technical requirements for repairing jack boxes and EMP protection assemblies. Quotes are due April 30, 2026.

Scope of Work

This solicitation is for the procurement of two specific Flange Sub-Assemblies:

  • Item 0001: Flange Size 7.25" W X 0.813" THK, Material: Titanium & CRES 316L Bi-Metal (BIW Cat No. 30222-016). Quantity: 3 Each.
  • Item 0002: Flange Size 9.375" W X 0.813" THK, Material: Titanium & CRES 316L Bi-Metal (BIW Cat No. 30222-024). Quantity: 4 Each.

These items are critical for the repair of JACK BOXES AND EMP PROTECTION ASSEMBLIES. Both items require DoD unique identification and packaging in accordance with ASTM-D-3951.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation, Firm Fixed Price.
  • Set-Aside: Total Small Business (NAICS 332996, Size Standard 550 employees).
  • Brand Name Justification: Restricted to L-3 Communications Westwood Corp NMP Div (CAGE: 58475) or authorized distributors, as their products are the only known ones to meet required form, fit, and function. No known substitutes exist.
  • Quotes Due: April 30, 2026, 12:00 PM PST.
  • Published: April 21, 2026.
  • Anticipated Award Date: May 2026.
  • Eligibility: Offerors must be registered in SAM.gov. Authorized distributors must provide documentation from the OEM.

Evaluation

Award will be made to the most advantageous offer based on technical acceptability (including delivery), price, and past performance, with no order of relative importance. The Government will evaluate price for reasonableness and past performance as part of the responsibility determination. A single award will be made for all items; partial quotes may be deemed unacceptable.

Additional Notes

Invoices and receiving reports are to be submitted via Wide Area WorkFlow (WAWF). Transportation costs will be paid by the Government via NAVSUP WSS Shipment Processing. Interested companies may identify their interest and capability to respond, which will be considered for determining competitive procurement.

People

Points of Contact

Anna Rose FultonPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
4730 FLANGE SUB-ASSEMBLY | GovScope