STRAINER, WYE 3.00

SOL #: N0010426QFA21Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Dec 2, 2025
2
Submission Deadline
Jun 22, 2026, 8:30 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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH has issued a Solicitation for a STRAINER, WYE 3.00. This opportunity is designated as a Total Small Business Set-Aside and involves providing crucial "SPECIAL EMPHASIS" material for shipboard systems. The contract will be a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and is issued pursuant to Emergency Acquisition Flexibilities (EAF). Proposals are due by June 22, 2026.

Scope of Work

The requirement is for a 3-inch WYE strainer to be manufactured in accordance with NAVSEA drawing 845-7526208 and NNS Sketch SK E-74-PN-1, SCH 40 for butt weld end preparation. This is a highly critical component, requiring stringent quality control.

Key requirements include:

  • Material Certification: Quantitative chemical and mechanical analysis for specific parts (BODY, CAP, STUD, HEAVY HEX NUT) using materials like ASTM-A216 Grade WCB, ASTM-A105, MIL-DTL-1222, ASTM-A193, and ASTM-A194.
  • Testing: Liquid Penetrant Inspection, Magnetic Particle Inspection, Non-Destructive Tests for weld repair, and Pressure Tests for each assembly. Radiography is required for each Body, PC 1.
  • Quality Assurance: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 or ANSI-Z540.3 (or MIL-STD-45662). Government Quality Assurance (GQA) at source is required.
  • Traceability: Strict traceability from material to certification test reports is mandatory for Level I/SUBSAFE systems, including unique traceability numbers marked on materials.
  • Welding & Radiography: Detailed procedures for welding, brazing, and radiography (T9074-AS-GIB-010/271) are specified, including submission of qualification data and shooting sketches for approval.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: Total Small Business
  • Response Due: June 22, 2026, 8:30 PM EDT
  • Published: December 2, 2025
  • Delivery: Final material delivery within 365 days after contract effective date. Certification data CDRLs are due 20 days prior to scheduled delivery.

Evaluation

Past performance will be considered in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.

Additional Notes

This is a "DO" rated order under DPAS. Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Primary POC. Certification documentation must be submitted via WAWF to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040).

People

Points of Contact

LYDIA.M.SHALOKA.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Dec 2, 2025
STRAINER, WYE 3.00 | GovScope