LOKRING ADAPTER-ELBOW

SOL #: N4523A26Q4031Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States

Place of Performance

Bremerton, WA

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

Hose, Pipe, Tube, Lubrication, And Railing Fittings (4730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 1, 2026
2
Last Updated
May 1, 2026
3
Submission Deadline
May 6, 2026, 8:00 PM

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, Puget Sound Naval Shipyard IMF, is soliciting quotes for LOKRING ADAPTER-ELBOW parts. This is a Brand Name Only requirement for specific stainless steel components. This opportunity is a Total Small Business Set-Aside. Quotes are due by May 6, 2026, at 01:00 PM (Pacific Time, likely).

Scope of Work

This solicitation, N4523A26Q4031, seeks the procurement of six line items of LOKRING ADAPTER-ELBOW parts, with a quantity of 8 each for all items. The requirement is strictly for Brand Name Only, specifying LOKRING TECHNOLOGY part numbers (e.g., SS40-ADPT-P16-1 FPT, SS-3300-EL90LR-P16) made of stainless steel. Key requirements include adherence to the "EXCLUSION OF MERCURY (NAVSEA)" clause, warranty notification stamping, and marking/packing in compliance with ASTM-D-3951-18. Delivery is required to the Puget Sound Naval Shipyard IMF in Bremerton, WA, with a 24-hour prior notification for most deliveries.

Contract Details

  • Type: Firm Fixed Price (FFP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 332919, with a size standard of 750 employees.
  • Period of Performance: Delivery is required by June 30, 2026.
  • Invoicing & Payment: Will follow clause 252.232-7006, with payment made only after proof of delivery, submitted electronically via Wide Area WorkFlow (WAWF).

Submission & Evaluation

Quotes are due by May 6, 2026, at 01:00 PM. To be considered responsive, bidders must provide:

  • Product details, including part number and a comprehensive specification sheet.
  • Unit cost inclusive of all shipping and freight charges (FOB Origin quotes will be rejected).
  • Proposed delivery lead time (e.g., "30 days ARO").
  • Company's Cage Code.
  • Mandatory: Sign Block 30a and Print Name in Block 30b on the attached solicitation. Proposals must be submitted in accordance with FAR 52.212-1. Evaluation factors include Technical (Solicitation Compliance, Product Specifications, Past Performance) and Price, with Technical and Past Performance considered equal to Price, as detailed in clause 52.212-2.

Additional Notes

This is a Brand Name Only requirement; while alternates will be accepted, they must meet the exact manufacturer and part numbers specified. Changes to specifications or technical requirements are not permitted without prior approval from the Shipyard's Administrative Contracting Officer (ACO).

People

Points of Contact

Carolyn J. GeorgePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2
Solicitation
Posted: May 1, 2026
View
Version 1Viewing
Solicitation
Posted: May 1, 2026