FLANGE,PIPE
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 Weapon Systems Support Mechanicsburg, is soliciting proposals for FLANGE,PIPE components. This opportunity is designated as a Total Small Business Set-Aside. The required material is classified as "SPECIAL EMPHASIS" (Level I, Scope of Certification, or Quality Assured), necessitating stringent quality control and traceability. Proposals are due by March 23, 2026.
Scope of Work
This procurement requires the manufacture and supply of pipe flanges meeting ASME-B16.5 standards, with specific material requirements including ASTM-A182, Grade F11, Class 2 or 3. Key requirements include:
- Testing Certifications: Dye Penetrant/Magnetic Particle Inspection, Macroetch Test per ASTM-A961, and Non-Destructive Tests.
- Quality Systems: Compliance with ISO-9001, ISO-10012, or ANSI-Z540.3 with ISO-17025 for calibration.
- Traceability: Strict material traceability and certification for Level I/SUBSAFE systems, including unique traceability markings and detailed material certification test reports.
- Welding/Brazing: Procedures and personnel must be qualified under specified Navy standards (e.g., S9074-AQ-GIB-010/248).
- Configuration Control: Contractors must maintain equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes.
- Mercury Free: All materials must be mercury-free.
- Forgings: Specific quality statements and inspection criteria for forgings.
Contract & Timeline
- Type: Solicitation (implies a purchase order or similar for material supply).
- Set-Aside: Total Small Business.
- Proposal Due: March 23, 2026, at 8:30 PM EST.
- Published: February 24, 2026.
- Delivery: Certification Data CDRLs 20 days prior to scheduled delivery; final material delivery 365 days after contract effective date.
Evaluation Factors
Award will be made to sources with an acceptable Quality Control Manual. Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. This is a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
Additional Notes
- Certification data must be submitted to Portsmouth Naval Shipyard (DODAAC N50286) via Wide Area Work Flow (WAWF), with "Inspect by" and "Accept by" DODAAC N39040. Email notification to PORT_PTNH_WAWF_Notification@navy.mil is required.
- The Portsmouth NSY's DODAAC has changed from N00102 to N50286.
- Government Quality Assurance at source is required, and contractors must notify DCMA.
- The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for certain data submissions and waiver requests.