NSWCCD Ultrasonic Impact Treatment (UIT) and Hammer Peening of HY-100 Weldments
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 Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for Ultrasonic Impact Treatment (UIT) and Hammer Peening of HY-100 Weldments. This is a Total Small Business Set-Aside opportunity, with a Firm Fixed Price (FFP) purchase order anticipated. The work involves developing treatment procedures and performing peening services on Government-furnished weldments. Quotes are due by Friday, March 27, 2026, at 12:00 PM EST.
Scope of Work
This requirement, under RFQ N0016726Q1053, involves procuring procedure development and treatment services for HY-100 weldments to investigate their effects on fatigue performance. Key tasks include:
- Developing and submitting a treatment plan for Government approval.
- Performing UIT and hammer peening on Government-provided HY-100 Tee and Butt weldments.
- Applying treatments using robotic tools for UIT (magnetostrictive transducer, 100% duty cycle) and pneumatic equipment for hammer peening.
- Treating all weld toes on each specimen and returning treated weldments to NSWCCD.
Treatment Quantities (Base Contract): 8 Tee and 8 Butt Weldments for Hammer Peening; 22 Tee and 16 Butt Weldments for UIT Peening. An option exists for an additional 8 Tee and 8 Butt Weldments.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Period of Performance: Base contract is 12 months from award; option period is one year from option award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541380 (Engineering Services) with a business size standard of $19 million.
- Published Date: March 19, 2026.
- Questions Due: Tuesday, March 24, 2026, 12:00 PM EST, via email to michael.s.brodie7.civ@us.navy.mil.
- Quotes Due: Friday, March 27, 2026, 12:00 PM EST.
Evaluation Factors
Award will be made to the responsible quoter whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:
- Price: Quotes must include all applicable costs.
- Technical: Quotes must reflect the required specifications and be rated "ACCEPTABLE" for all non-price factors. Technical tradeoffs will not be made.
Submission Requirements
Quote packages must be sent to michael.s.brodie7.civ@us.navy.mil and include:
- Official Company Name.
- Point of contact (name and phone number).
- CAGE Code number.
- SAM UEI number.
This announcement constitutes the only solicitation; a written solicitation will not be issued. The contractor must be a US-based company.