FLANGE,PIPE,BLIND
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 Weapon Systems Support Mechanicsburg, is soliciting for the repair of FLANGE,PIPE,BLIND (Level 1 Repair). This opportunity requires contractors to provide NOT TO EXCEED (NTE) or Firm Fixed Price (FFP) bids for the teardown, evaluation, inspection, and full repair of the item to "like new" or "A" condition, including a price for beyond repair (BR)/beyond economic repair (BER). The material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured), necessitating stringent quality control and traceability. Proposals are due March 6, 2026.
Scope of Work
The contractor will repair a complete blind flange, specifically item 186 of Ingersoll-Rand drawing PL-10591-F-18. This includes teardown, evaluation, inspection, and full repair to "like new" or "A" condition. No weld repair is allowed. The material for the flange must be ASTM-A285 Grade C and conform to MIL-F-20670. Government Furnished Property (GFP) will be provided.
Contract & Timeline
- Type: Solicitation (for repair services)
- Pricing: NOT TO EXCEED (NTE) or Firm Fixed Price (FFP), plus BR/BER price.
- Set-Aside: None specified.
- Proposal Due: March 6, 2026, 8:30 PM EST
- Published: February 4, 2026, 9:47 AM EST
Key Requirements
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4. A documented quality system must be submitted prior to award.
- Government Quality Assurance: Government Quality Assurance (GQA) will be performed at the source by a DCMA QAR.
- Traceability & Certification: Strict traceability is required for Level I/SUBSAFE material, maintained from material to certification test reports. Material certification reports must be complete, accurate, and reflect compliance with all specifications. Electronic signatures are acceptable for Level I certification documents, provided processes are controlled and unique to the signer.
- WAWF Submission: Certification data must be submitted via Wide Area Work Flow (WAWF) to "Ship to" N50286, "Inspect by" N39040, and "Accept by" N39040, with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. Material cannot be shipped prior to acceptance.
- Configuration Control: Contractors must maintain total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) for Class I or II changes require Government review and approval.
- Packaging: MIL-STD 2073 packaging applies.
Additional Notes
This will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). The contract utilizes Commercial Asset Visibility (CAV). Portsmouth NSY's DODAAC has changed to N50286. Shipping costs should not be included in bids as the government will handle shipping.