Materials Testing
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's Naval Research Laboratory (NRL) in Washington, DC, is seeking services for the manufacturing of fatigue crack growth samples. These samples are crucial for performing corrosion fatigue crack growth testing on Nickel Aluminum Bronze material, which is used in submarine propellers. This is a combined synopsis/solicitation (RFQ) issued as a full and open competitive announcement on a Firm-Fixed-Price (FFP) basis. Quotations are due by February 13, 2026, at 12:00 AM EST.
Scope of Work
The requirement involves acquiring services for the manufacturing of 24 "Machine CT specimens from blanks 4" x 3.85" x 1"". This includes project management and adherence to detailed specifications for machining ASTM E647 Compact Tension Specimens. Key aspects include precise blank dimensions, maintaining notch orientation, specific marking and labeling requirements (e.g., CT-LR1), and individual packaging of each machined sample. The material is cast Nickel Aluminum Bronze. Delivery of the machined samples is requested by April 14, 2026, to the Naval Research Laboratory in Washington, DC.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order
- Set-Aside: Full and Open Competition
- NAICS Code: 541380 (Testing Laboratories) with a size standard of $19,000,000.00
- PSC: R408 (Program Management/Support Services)
- Response Due: February 13, 2026, 12:00 AM EST
- Published Date: February 11, 2026
Evaluation
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. A price analysis will determine if a single or multiple awards will result. The Government may evaluate options by adding their total price to the basic requirement. Offerors must include a statement regarding acceptance of terms and conditions or list exceptions with rationale.
Submission Instructions & Clarifications
Quoters must submit one copy of their technical and price quote via email to Contract Specialist Maximilian Fritts (maximilian.r.fritts.civ@us.navy.mil). Submissions must include the company's DUNS Number and CAGE Code. The solicitation number must be referenced in all correspondence and the email subject line. All questions must be submitted via email.
Key Clarifications from Q&A:
- Export Control: Provided materials and samples are export-controlled and must not be shipped outside the United States.
- Quality Accreditation: 10 CFR Part 50 quality accreditation is not required.
- Testing: No fatigue crack growth testing is required; only machining of the geometry according to the provided drawing.
An active registration in the System for Award Management (SAM) database (www.sam.gov) is required for award.