9520 Structural Steel (Tee, Pipe, Channel & Angle)
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 / NAVSUP Fleet Logistics Center Puget Sound is soliciting proposals for Structural Steel (Tee, Pipe, Channel & Angle) under a Firm-Fixed Price, Supply type contract. This acquisition is a Total Small Business Set-Aside and aims to procure various structural steel components for direct shipping to U.S. Naval Base Sasebo, Japan. Proposals are due April 21, 2026, at 12:00 PM.
Scope of Work
This solicitation covers the procurement of specific structural steel items, including:
- Structural Tees: WT 180 X 16.5, WT 310 X 26
- Metallic Pipe: 6 INCH NPS, SCHEDULE 80
- Structural Channel: C5 X 9
- Structural Angle: CRES 316 (ASTM A276), STEEL (ASTM A588, HSLA) Specific dimensions, material grades (e.g., ABS GRADE AH-36, ASTM A131, ASTM A588, CRES 316), and lengths are detailed in the solicitation. Delivery is required on or before May 15, 2026.
Contract & Timeline
- Contract Type: Firm-Fixed Price, Supply
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 331110 (Iron and Steel Mills), Size Standard: 1500 employees
- Offer Due Date: April 21, 2026, at 12:00 PM
- Questions Deadline: 3 days prior to the solicitation closing date
- Published Date: April 10, 2026
- Period of Performance: Delivery expected on or before May 15, 2026
Submission & Evaluation
Proposals will be evaluated based on the most advantageous offer, considering technical factors (including delivery date), price, and past performance. Quoters must provide their name, SAM registered CAGE code, email, phone number, and company size. Companies must be registered with SAM.gov. Emailed completed solicitations are acceptable. Any exceptions to the solicitation's terms must be noted. The government reserves the right to make a single award for all items.
Additional Notes
Delivery is FOB Destination, door-to-door to SASEBO JAPAN. Packaging and marking must comply with ASTM-D-3951 and other specified regulations. Inspection and Acceptance will occur at the destination. Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF). Cybersecurity Maturity Model Certification (CMMC) requirements are applicable (Nov 2025). All solicitation documents and amendments will be posted on Sam.Gov.
Contact: Wilfredo Gervacio (wilfredo.j.gervacio.civ@us.navy.mil). Communication via email or MS Teams is preferred due to teleworking.