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 MECH) has issued a solicitation for the repair and supply of FLANGE,PIPE,BLIND components. This opportunity involves Level 1 Repair of critical shipboard system material, designated as SPECIAL EMPHASIS material, requiring stringent quality control and traceability. Offerors must submit Not To Exceed (NTE) or Firm Fixed Price (FFP) proposals. Responses are due by March 20, 2026.
Scope of Work
This contract requires the teardown, evaluation, inspection, and full repair of blind flanges to "like new" or "A" condition, in accordance with Ingersoll-Rand drawing PL-10591-F-18, item 186, and MIL-F-20670. Key requirements include:
- No weld repair allowed.
- Material for parts requiring certification must be ASTM-A285 Grade C and in accordance with MIL-F-20670.
- Provision of Government Furnished Property (GFP).
- Adherence to Level 1 Repair standards.
Quality Assurance & Traceability
The material is designated as SPECIAL EMPHASIS, necessitating a robust quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 (or ANSI-Z540.3 with ISO-17025). Critical aspects include:
- Certificate of Compliance for all furnished items, certifying adherence to procurement documents.
- Configuration Control, including submission of waivers/deviations and Engineering Change Proposals (ECPs) for any Class I or II changes.
- Mercury-free components.
- Strict material traceability from raw material to final component, with unique traceability numbers marked on the material and linked to certification test reports.
- 100% inspection of material verification data, traceability, and NDT certifications.
- Government Quality Assurance at source is required, with contractors notifying DCMA or the nearest Government representative.
- Subcontractor inspection requirements are detailed, ensuring quality flow-down.
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed Price or Not To Exceed pricing requested).
- Set-Aside: None specified.
- Response Due Date: March 20, 2026, 8:30 PM Eastern Time.
- Delivery Schedule: Certification Data CDRLs due 20 days prior to scheduled delivery; Portsmouth NSY review within 30 working days; Final material delivery within 365 days after contract effective date.
- Payment: Wide Area Workflow (WAWF) is required, with specific instructions for "Ship to," "Inspect by," and "Accept by" DODAACs (N50286, N39040, N39040 respectively).
Additional Notes
- This is a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
- Only sources with an acceptable Quality Control Manual are eligible for award.
- A beyond repair (BR)/beyond economic repair (BER) price must be provided in addition to the repair price.
- Do not include shipping costs; government-implemented shipping systems will be used.
- The contract utilizes Commercial Asset Visibility (CAV).
- Contact JORDAN.D.NEELY2.CIV@US.NAVY.MIL for inquiries.