4730 FLANGE SUB-ASSEMBLY
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 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.