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 United States Naval Research Laboratory (NRL) in Washington, DC, is soliciting quotations for services related to the manufacturing and machining of fatigue crack growth samples. These samples, made from Nickel Aluminum Bronze material, are intended for use in corrosion fatigue crack growth testing of submarine propellers. This is a Full and Open competitive announcement, with a Firm-Fixed-Price (FFP) purchase order anticipated. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Quotes are due by March 20, 2026, at 8:00 AM EST.
Scope of Work
- Manufacturing/Machining of Fatigue Crack Growth Samples: Specifically, ASTM E647 Compact Tension Specimens.
- Material: Cast Nickel Aluminum Bronze blanks, some with visible porosity.
- Detailed Specifications: Adherence to precise dimensions, notch orientation, labeling, and packaging requirements as outlined in Attachments A and B (e.g., DWG. NO. CT-NAB).
- Clarification: As per the Questions & Answers document, no fatigue crack growth testing is required from the vendor; the scope is limited to the machining of the geometry according to provided drawings.
- Export Control: Provided material and samples are export controlled and must not be shipped outside the United States.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) purchase order.
- Set-Aside: Full and Open Competition.
- NAICS Code: 541380 (Engineering Services).
- PSC Code: R408 (Program Management/Support Services).
- Response Due: March 20, 2026, 8:00 AM EST.
- Published: March 9, 2026.
Evaluation
Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors, under 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 fairness and reasonableness.
Submission Requirements
- Submit one copy of both technical and price quotes via email.
- Include your company's DUNS Number and CAGE Code.
- Quotes must include a statement accepting the solicitation's terms and conditions, or list any exceptions with rationale.
- An active registration in the System for Award Management (SAM) database (www.sam.gov) is required.
- All questions regarding the solicitation must be submitted via email.
Contact Information
- Contract Specialist: Maximilian Fritts, maximilian.r.fritts.civ@us.navy.mil.