INSULATION, PIPE, Brand or Equal: K-FLEX
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 FLT LOG CTR PUGET SOUND, is soliciting proposals for INSULATION, PIPE, Brand or Equal: K-FLEX for delivery to Sasebo, Japan. This requirement is a Total Small Business Set-Aside for pipe covering and sheet insulation. The contract will be a firm-fixed-price award. Proposals are due March 3, 2026, at 12:00 p.m. Eastern Standard Time.
Scope of Work
This solicitation is for the procurement of pipe covering and sheet insulation, specifically "Brand Name or Equal" to K-FLEX products. The required materials must comply with EB4013 or MIL-PRF-32514, and NAVSEA Standard Item Number 009-11. Specific MIL-PRF-32514 requirements include:
- Type I: Anti-sweat and refrigerant insulation for piping, pipe components, and machinery.
- Grade A: For unlagged applications.
- Class 1: -20 to 180 F maximum operating temperature.
- Form 1: Tubular; Form 2: Sheet. ArmaFlex products are explicitly not acceptable. The destination for all materials is Sasebo, Japan; no parts will ship to Bremerton, Washington.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Deliveries: Expected between April 3, 2026, and April 17, 2026.
- Proposal Due: March 3, 2026, at 12:00 p.m. Eastern Standard Time.
- Published: February 27, 2026.
Submission Requirements
Offerors must provide the following information with their quote:
- Manufacturer and Country of Origin (COO) for each Contract Line Item Number (CLIN). This information should be presented in a clear, organized format (e.g., table or attachment).
- After Receipt of Order (ARO) / estimated time of arrival.
- Confirmation that parts will ship to Sasebo, Japan.
- Pertinent specifications for "equal" products. NAVSUP WSS Transportation is mandatory and at no cost to the contractor; however, any tariffs, duties, taxes, or customs fees must be included in the line item(s). Offerors must be registered in SAM.gov, and authorized distributors must provide OEM authorization.
Evaluation
Award will be based on the most advantageous offer considering technical factors (including delivery date), price, and past performance, with no specific order of relative importance. Offerors must note any exceptions to the solicitation's terms.
Additional Notes
Prospective offerors are responsible for downloading the solicitation from SAM.gov and monitoring for amendments. Contact Denise Manor at Denise.e.manor.civ@us.navy.mil for inquiries.