Fire Main Manifold
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, specifically NAVSUP FLT LOG CTR YOKOSUKA, is soliciting quotations for the fabrication and delivery of twelve (12) fire main manifolds. These manifolds, made of 316L or 316 stainless steel, are for the Production Operation Shop X07 at the Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) on the US Naval Base Yokosuka, Japan. This is a Firm-Fixed-Price contract.
Scope of Work
The requirement includes the fabrication and delivery of twelve fire main manifolds (10 short, 2 long) designed for branching seawater pipelines. Key specifications include:
- Materials: 316L or 316 stainless steel.
- Standards Compliance: Must adhere to CFR 29 1910, ASME B36.10, ASME B1.20.1, NFPA 1963, MIL-STD-22D, and JIS Z 2343.
- Quality Assurance: Visual inspection, penetrant testing, and hydrostatic pressure testing (216-220 psig for 30 minutes) are required.
- Additional Requirements: All paint must be lead-free, and unique item identification is mandatory for all deliverables.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Delivery Terms: FOB Destination, Door-to-Door.
- Delivery Deadline: No later than November 30, 2026.
- Place of Delivery: Bldg. 4827, Production Operation Shop X07, SRF-JRMC Yokosuka, Japan.
- Set-Aside: This is an UNRESTRICTED acquisition, however, it is specifically intended for sources duly authorized to operate and do business in Japan, as prescribed by DFARS 252.225-7042. Prime Contractors outside Japan must provide documentation demonstrating compliance.
Submission & Evaluation
- Quotation Basis: Submissions must be on an "ALL or NONE" basis; partial or incomplete quotations will be ineligible.
- Award Criteria: Award will be made to the responsible quoter most advantageous to the Government.
- Required Documents: SF 1449, detailed price breakdown, published price list, and optional Past Performance Information.
- Questions Deadline: Written questions must be submitted via email to the Contract Specialist by Wednesday, April 15, 2026, 1600hrs Japan Standard Time (JST).
- Quotation Due Date: April 20, 2026.
Additional Notes
Japanese Consumption Tax is exempt, and payment will be made via Electronic Funds Transfer (EFT). Offerors should review FAR 52.209-6 regarding debarred, suspended, or proposed for debarment contractors. The Statement of Work (SOW) Enclosure (1) is available upon request from the Contract Specialist.