HX: 4.00 Inch SCH 120 Pipe

SOL #: N0010426RX19754Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PORTSMOUTH NAVAL SHIPYARD GF
PORTSMOUTH, NH, 03801-5000, United States

Place of Performance

Kittery, ME

NAICS

Iron and Steel Pipe and Tube Manufacturing from Purchased Steel (331210)

PSC

Pipe, Tube And Rigid Tubing (4710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 17, 2025
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Dec 31, 2025, 1:00 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 / Portsmouth Naval Shipyard (PNSY) is conducting a Sources Sought for market research to identify qualified vendors capable of providing 960 inches of 4-inch Schedule 120 Metallic Pipe. This is for a potential future Firm Fixed-Price contract. Responses are due by June 1, 2026.

Purpose & Scope

This Sources Sought notice aims to identify sources for Pipe Metallic 4IN SCH 120 for the Portsmouth Naval Shipyard in Kittery, Maine. The Government is seeking to determine industry capability to meet specific technical requirements for this material. This is for market research only and does not constitute a solicitation or commitment to award a contract.

Technical Requirements

The required pipe is NPS 4 INCH, SCHEDULE 120, Seamless, LEVEL 1, made of 304 CRES (Corrosion Resistant Steel), complying with MIL-DTL-23226 and specific modifications. Key specifications include:

  • Quantity: 960 linear inches (80 feet).
  • Material: Composition 304, Type 1, 2, or 3, Class IV, Finish (A), (B), (C), or (E). Type 1 material requires Argon-Oxygen-Decarburization (AOD) or Vacuum-Oxygen-Decarburization (VOD) process.
  • Testing: Mandatory Ultrasonic inspection (per MIL-DTL-23226 and MIL-STD-2132), Liquid Penetrant Test, and Alloy Identity Test. Vendors must provide four weeks' advance notice for government witness of ultrasonic testing.
  • Quality Assurance: An inspection system meeting ISO 9001/9002/9003 or MIL-I-45208 standards is required.
  • Marking: Permanent marking on each end per MIL-STD-792, including material designator, manufacturer's information, and traceability. Bar code marking per MIL-STD-129 is also required.
  • Packaging: Preservation and packaging must adhere to ASTM D3951 and MIL-DTL-23226, utilizing wooden boxes for shipment.
  • Inspection: Government inspection is required during manufacture and prior to shipment.

Quality & Documentation

Bidders must provide comprehensive material certifications, including a Certificate of Compliance, chemical and mechanical property certifications, and seamless certification (if applicable). Detailed instructions are provided for certification content, format, and traceability. Vendor procedures for required tests (Ultrasonic, Liquid Penetrant, Alloy Identity) must be submitted to PNSY for approval before testing commences.

Security Requirements

Contractors performing work at PNSY must comply with Operations Security (OPSEC) requirements. This includes protecting Critical Information and Indicators (CII) and Controlled Unclassified Information (CUI), potentially requiring an OPSEC Plan. Restrictions apply to Portable Electronic Devices (PEDs), and unauthorized disclosures can lead to severe consequences.

Response Requirements

This is a Total Small Business Set-Aside opportunity under NAICS Code 331210 (Small Business Size Standard: 1,000 employees). Responders must:

  • Be capable of meeting all specifications in the SOW.
  • Have an active CAGE Code and current SAM.gov registration.
  • Not appear on the Excluded Parties List.

Responses should include:

  • Company Name, CAGE Code, and Tax Identification Number (TIN).
  • Point of Contact (POC) details (name, phone, email, street address).
  • Business Size & Type.
  • Company’s Capabilities Statement, applicable certifications, testing procedures, and related marketing materials.

Important Notes

Responses are for market research only and are not considered offers. The Government will not reimburse costs incurred for preparing responses. A formal solicitation may be posted at a later date.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 7
Sources Sought
Posted: Mar 13, 2026
View
Version 6
Solicitation
Posted: Feb 3, 2026
View
Version 5
Solicitation
Posted: Jan 6, 2026
View
Version 4
Solicitation
Posted: Jan 6, 2026
View
Version 3
Solicitation
Posted: Dec 8, 2025
View
Version 2Viewing
Solicitation
Posted: Dec 8, 2025
Version 1
Pre-Solicitation
Posted: Nov 17, 2025
View
Sources Sought: HX: 4.00 Inch SCH 120 Pipe | GovScope