NUMBER 1 AC PLANT FOUNDATION PARTS
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 NUMBER 1 AC PLANT FOUNDATION PARTS, specifically K-FLEX LLC Pipe Covering and Sheet Insulation, to be delivered to Sasebo, Japan. This is a Brand Name Requirement set aside for Total Small Business Concerns. The government anticipates awarding a firm, fixed-price contract. Proposals are due by February 23, 2026, at 10:00 AM Pacific Standard Time.
Scope of Work
This requirement is for fan coil assembly parts and components, including various types and sizes of K-FLEX LLC Pipe Covering and Sheet Insulation. Deliverables include specific diameters and thicknesses of pipe covering, as well as 3/4" thick sheet insulation. The destination for all parts 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)
- Solicitation Published: February 13, 2026
- Offer Due Date: February 23, 2026, 10:00 AM PST
- Questions Deadline: One day prior to the solicitation's closing date.
Submission Requirements
Prospective offerors must submit quotes that include:
- The Manufacturer
- Country of Origin (COO)
- After Receipt of Order (ARO) / Estimated Time of Arrival
- Confirmation that parts will ship to Sasebo, Japan (not Bremerton, WA)
- All pertinent specifications or equal to specifications, if applicable. Offerors must quote on all items to be considered acceptable and must be registered in SAM.gov. Invoices are to be submitted via WAWF (Wide Area Workflow). DFARS 252.211-7003 applies for line items with unit prices of $5,000 and above.
Evaluation
Award will be made to the most advantageous offer based on technical factors (including delivery date), price, and past performance, with no order of relative importance specified.
Additional Notes
NAVSUP WSS Transportation will coordinate shipping at no cost to the contractor. However, any additional fees such as tariffs, duties, taxes, and customs must be included in the line item(s) of the requirement. Offerors are responsible for monitoring SAM.gov for amendments.