HX: Pipe Seamless; 1IN
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 Portsmouth Naval Shipyard GF, is soliciting quotes for HX: Pipe Seamless; 1IN. This is a Total Small Business Set-Aside for the procurement of 3,300 linear inches of nickel-copper alloy seamless pipe. The acquisition is issued as a Request For Quotation (RFQ) under NAICS code 331210. Offers are due by February 24, 2026, at 1:00 PM ET.
Scope of Work
This opportunity requires the supply of 3,300 linear inches of "HX: Pipe, Seamless MIL-DTL-23520 - 1IN, CL4 SCH 40" (NSN: 01-599-7071 X2). The material specified is Nickel-Copper Alloy, Seamless, Air Melted (UNS N04400). The required delivery date is April 24, 2026, which corresponds to 50 weeks after receipt of order. The place of performance is Portsmouth Naval Shipyard, Kittery, Maine.
Key Requirements
Bidders must adhere to detailed technical specifications including MIL-DTL-23520, MIL-STD-2132D, MIL-STD-792F, MIL-STD-129R, and ASTM D3951-18. Required testing includes 100% Ultrasonic inspection, Liquid Penetrant testing, and Alloy Identity testing. Contractors must provide evidence of compliance with Higher-Level Contracting Quality Requirements (MIL-I-45208 or ISO 9001/9002). Data requirements, outlined in DD Form 1423 (Exhibit A), include Material Certifications (A001) and Procedure Approvals (A002) for various tests. Specific marking, packaging in wooden boxes, and government inspection during manufacture and prior to shipment are also mandated. Operations Security (OPSEC) requirements apply for work performed at Portsmouth Naval Shipyard.
Contract Details
This is a Request For Quotation (RFQ) and is designated as a Total Small Business Set-Aside. Applicable clauses and provisions are in effect through FAC 2025-02 and DFARS Change Notice 2025-0117. The government intends to award a delivery order.
Submission & Evaluation
Offers must be emailed to Sarashea Thibodeau at sarashea.thibodeau.civ@us.navy.mil. Vendors must be registered in the System for Award Management (SAM). Quotes will be evaluated using the Lowest Price Technically Acceptable (LPTA) method, considering:
- Technical Capability: Assessed based on acceptable Non-Destructive Testing procedures and compliance with quality requirements.
- Delivery Schedule: Ability to meet the requested 50-week delivery after order receipt. Failure to meet this may result in resolicitation.
- Price: Lowest pricing terms for all line items. Failure to include pricing for all items will lead to rejection.
- Past Performance: Recent and relevant performance records from the last five years, including at least three projects similar in scope and complexity.
Contact Information
Primary Point of Contact: Sarashea Thibodeau (sarashea.thibodeau.civ@us.navy.mil, 207-438-3874). Secondary Point of Contact: Victoria MacLellan (victoria.b.maclellan.civ@us.navy.mil, 207-451-0941).