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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, has issued a solicitation for the repair of FLANGE,PIPE,BLIND components. This opportunity involves the repair of critical "SPECIAL EMPHASIS material" designated as Level I, requiring stringent quality control and certification. The work includes teardown, evaluation, inspection, and full repair to "like new" or "A" condition. Proposals are due by March 20, 2026.
Scope of Work
This contract focuses on the repair of complete blind flanges in accordance with Ingersoll-Rand drawing PL-10591-F-18, item 186. Key requirements include:
- No weld repair allowed.
- Material for parts requiring certification must be ASTM-A285 Grade C and conform to MIL-F-20670.
- Components must be mercury-free.
- Level 1 Repair, with Government Furnished Property (GFP) provided.
- Compliance with various military and commercial standards (e.g., MIL-STD-792, ISO-9001, ISO-10012, MIL-I-45208).
Contract & Timeline
- Type: Solicitation
- Set-Aside: None specified
- Response Due: March 20, 2026, at 8:30 PM UTC
- Published: February 24, 2026, at 9:21 AM UTC
- Delivery Schedule: Certification data 20 days prior to delivery; PNSY review 30 working days; final material delivery 365 days after contract effective date.
Key Requirements & Evaluation
Offerors must submit NOT TO EXCEED (NTE) pricing or FIRM FIXED PRICE (FFP), along with a beyond repair (BR)/beyond economic repair (BER) price. A critical requirement is having an acceptable Quality Control Manual; the procurement will not be delayed for new approvals. The contract will be a DO rated order under the Defense Priorities and Allocations System (DPAS). Extensive quality assurance, material traceability, and certification requirements (Level I/SUBSAFE) are detailed, including the use of Wide Area Work Flow (WAWF) for certification data submission to Portsmouth Naval Shipyard (PNSY).
Additional Notes
All contractual documents are considered "issued" upon deposit in mail or electronic transmission. Portsmouth NSY's DODAAC has changed from N00102 to N50286. The contract utilizes Commercial Asset Visibility (CAV).