FLANGE,TUBE
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 proposals for FLANGE,TUBE components. This is a Total Small Business Set-Aside opportunity for critical shipboard system material, designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured). Proposals are due by March 9, 2026.
Scope of Work
This procurement requires the manufacture and supply of 5-inch, 4.459-inch bore, Welding Neck flanges with a 1500 PSI Pressure Class, made from ASTM-A182 Grade F-11, Class 2 or 3, Normalized and Tempered material. Barstock flanges are not permitted. The material is for crucial shipboard systems where failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems/the ship itself.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: March 9, 2026, 8:30 PM Z
- Published: February 6, 2026
- Delivery: Final material delivery 365 days after contract effective date. Certification Data CDRLs 20 days prior to scheduled delivery.
Key Requirements
- Quality Control: Offerors must possess an acceptable Quality Control Manual. The material is SPECIAL EMPHASIS, requiring stringent control procedures.
- Manufacturing: Must meet ASME-B16.5 standards, with specific material and design parameters.
- Testing & Certification: Extensive testing is required, including Dye Penetrant/Magnetic Particle Inspection, Macroetch Test (ASTM-E381), and Non-Destructive Tests. Certifications for mechanical properties, heat treatment, and a comprehensive Certificate of Compliance for SPECIAL EMPHASIS MATERIAL are mandatory.
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-4). This system is subject to Government evaluation.
- Traceability: Critical for Level I/SUBSAFE systems, requiring unique traceability numbers, heat-lot numbers, or heat-treat numbers, marked on the material per MIL-STD-792.
- Welding: All welding and brazing must adhere to specific Navy standards (e.g., S9074-AR-GIB-010A/278), with procedures and qualification data submitted for approval.
- Inspections: Government Source Inspection (GSI) will be performed by DCMA QAR. Subcontractor inspection requirements are also detailed.
Submission & Evaluation
- Submission: Certification data, including test results, must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040). Email notification to PORT_PTNH_WAWF_Notification@navy.mil is required. No material is to be shipped prior to acceptance.
- Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
- DPAS: This is a DO rated order for national defense use under the Defense Priorities and Allocations System (DPAS).
Additional Notes
The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for certain data submissions, questions, clarifications, and waiver requests. Portsmouth NSY's DODAAC has changed from N00102 to N50286.