Inconel and K-Monel fasteners and shear pins for the NFPC to support CLB Class Propulsors
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, NSWC PHILADELPHIA DIV, is soliciting proposals for a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the manufacture and testing of Inconel 718 and K-Monel fasteners and shear pins for the Naval Foundry and Propeller Center (NFPC) to support CLB Class Propulsors. This opportunity is a Total Small Business Set-Aside. Proposals are due June 15, 2026.
Scope of Work
This contract requires the manufacture and testing of various Inconel 718 and K-Monel fasteners and shear pins. The Government will provide Inconel 718 and K-Monel bar stock as Government Furnished Property (GFP). The contractor must ensure material heat traceability, supply all other required materials, and perform specific testing, including proof load and fluorescent penetrant inspection. Deliverables include a Certificate of Conformance Package (CDRL A001) for each lot, monthly Contract Status Reports (CDRL A003), GFP Inventory Reports (CDRL A002), and Test/Inspection Reports (CDRL A004).
Contract Details
- Contract Type: Single-Award IDIQ with Firm-Fixed-Price (FFP) Delivery Orders.
- Ordering Period: Date of Award through five (5) years.
- Performance Period: Date of Award through six (6) years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332722 (Small Business Size Standard: 600 employees).
- Place of Performance: Naval Foundry and Propeller Center, Philadelphia, PA.
- Cybersecurity: CMMC Level 2 (Self) required through November 9, 2026, and CMMC Level 2 (C3PAO) for orders issued after November 10, 2026.
Submission & Evaluation
- Offer Due Date: June 15, 2026, by 3:00 PM Local Time.
- Submission Method: Emailed offers are authorized to rachel.m.piecyk.civ@us.navy.mil. Quotes must also be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (PSM).
- Evaluation: Award will be made to the lowest priced technically acceptable quote. Price will be assessed first, followed by technical evaluation of the lowest priced quote.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Important Notes
Drawings associated with this RFQ will be provided via DOD SAFE upon request to the Contract Specialist, rachel.m.piecyk.civ@us.navy.mil, along with a copy of the offeror's JCP registration. Vendors must certify agreement to terms and conditions by signing SF1449. Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF). Security requirements include potential for U.S. citizen requirement and Confidential security clearance for access to Navy Nuclear Propulsion Program (NNPP) information.