Hose Assembly
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 the PUGET SOUND NAVAL SHIPYARD IMF, has issued a Pre-Solicitation Synopsis for Hose Assemblies. This opportunity is designated as a Total Small Business Set-Aside. The solicitation will be published on SAM.gov, and interested parties are required to submit a formal quote and the completed solicitation. The response date for this pre-solicitation is May 1, 2026.
Scope of Work
This requirement is for the procurement of multiple Hose Assemblies (Product Service Code 4720 - Hose And Flexible Tubing) for Job Order 36JCD08009. Three distinct hose assemblies are specified, all sharing core technical requirements but differing in length:
- 6055VL00: 1/2 Inch ID x 120 Inches Overall Length (Quantity: 2 EA)
- 6055VL01: 1/2 Inch ID x 780 Inches Overall Length (Quantity: 2 EA)
- 6055VL02: 1/2 Inch ID x 1500 Inches Overall Length (Quantity: 2 EA)
All hose assemblies must meet the following specifications:
- Pressure Ratings: 2,000 PSI Working, 8,000 PSI Burst
- Temperature: Max Fluid Temperature 450 Degrees Fahrenheit
- Bend Radius: Minimum 3 Inches
- Vacuum Service: 28 In Hg
- Construction: One continuous length, no splicing allowed.
- Material: Smoothbore PTFE Liner (Extruded Teflon Tube), White ST-Flex Silicone Outer Jacket, Single 304 Stainless Steel Wire Braid, 304 Stainless Steel Crimp Collars, 316 Stainless Steel 1/2 Inch Female JIC Ends Fitting.
Contract & Timeline
- Type: Pre-Solicitation Synopsis (leading to a Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Date: May 1, 2026, 21:00 UTC
- Published Date: April 21, 2026, 18:47 UTC
- Place of Performance: Bremerton, WA 98314, United States
Deliverables & Requirements
Bidders must adhere to specific data requirements:
- CDRL A001 - Certificate of Compliance (COC): A COC is mandatory with each shipment, referencing DI-MISC-81356A.
- CDRL A002 - Test/Inspection Report: A Test/Inspection Report for Hydrostatic Proof Test is required with each shipment, referencing DI-NDTI-80809B and SOW Paragraph 2.2.1.2.
- CDRL A003 - Bid/Proposal: The bid/proposal itself is a required deliverable, referencing DI-MGMT-81607 and SOW Paragraph 2.1.1. A draft bid/proposal must be submitted for government approval prior to construction, with a final electronic (PDF) copy submitted after acceptance.
- Changes to specifications require Shipyard approval via the Administrative Contracting Officer (ACO).
- Refer to the Statement of Work (SOW) for additional requirements.
Submission Information
Interested parties should submit a completed solicitation and a formal quote, including item specifications, to andrew.r.smith6@navy.mil and andrew.r.smith7.civ@us.navy.mil. Requests to view secured/controlled attachments should also be sent via email to these addresses. The primary contact is Andrew Smith (andrew.r.smith7.civ@us.navy.mil).