Forging Services
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 Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for Forging Qualification Articles to support research and development in metallic material forging. This requirement is for a Total Small Business Set-Aside and will result in a Firm Fixed-Price Blanket Purchase Agreement (BPA). The objective is to procure various forged test articles to assess material performance and manufacturability for future Navy platforms. Quotes are due March 06, 2026, at 12:00 PM Noon EST.
Scope of Work
The contractor will supply forged test articles, with as-poured ingot tonnages up to 160,000 lbs. Specific article size, geometry, and alloy designation will be provided via subsequent data calls. This includes capability to melt and forge large components of various steel and stainless steel alloys, such as MIL-S-23284 Class 1-5, FXM-19, UNS S32750, UNS S32550, and 10Ni Steel Alloy. Services also include basic mechanical conformance testing (Tensile, Charpy-V-Notch), Ultrasonic Inspection (UT), chemical analysis, and metallurgical evaluation. All physical qualification articles must be marked with a unique ID for traceability. Deliverables include NDT Inspection Reports, Conformance Testing Reports, Metallurgical Evaluation Reports, and Test Article Forging and Remnant Test Material reports.
Contract Details
- Type: Firm Fixed-Price Blanket Purchase Agreement (BPA)
- Duration: Five (5) years from award, or until the ceiling of $7,499,999.99 is reached.
- Maximum Order Value: $7,500,000.00 per order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 332111 (Business Size Standard: 750 employees)
- Place of Performance: Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd, West Bethesda, MD 20817 (FOB Government destination).
Submission & Evaluation
Award will be made to the responsible Quoter submitting the Lowest-Priced, Technically Acceptable (LPTA) quote that represents the best value to the Government. Technical Capability/Approach will be evaluated based on meeting minimum requirements in the Performance Work Statement (PWS) or minimum specifications, requiring an "Acceptable" rating. Quotes must include a proposed price for each Contract Line Item Number (CLIN).
Key Dates
- Questions Due: February 25, 2026, at 12:00 PM EST
- Quotes Due: March 06, 2026, at 12:00 PM Noon EST
Additional Notes
Quote packages must contain a cover sheet providing the Official Company Name, Point of Contact (name and phone number), and CAGE code. Inquiries and submissions should be directed to Michael Bonaiuto at michael.j.bonaiuto.civ@us.navy.mil. Payment instructions will be processed through the Wide Area WorkFlow (WAWF) system.