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, for delivery to Sasebo, Japan. This requirement is a Total Small Business Set-Aside and seeks fan coil assembly parts and components. The latest amendment extends the proposal due date to March 30, 2026, at 10:00 a.m. Pacific Standard Time.
Scope of Work
This solicitation is for a Brand Name Requirement for K-FLEX LLC Pipe Covering and Sheet Insulation, including various diameters and thicknesses of pipe covering, as well as 3/4" thick sheet insulation. The requirement also covers fan coil assembly parts and components. Crucially, all parts must ship to Sasebo, Japan, and NOT to Bremerton, Washington. NAVSUP WSS Transportation will coordinate shipping at no cost to the contractor, but offerors must include any applicable tariffs, duties, taxes, and customs in their line item pricing.
Contract Details
- Type: Firm Fixed-Price contract, anticipated to be awarded in accordance with FAR Parts 12 and 13.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: 5640 (Wallboard, Building Paper, And Thermal Insulation Materials).
Submission Requirements
Offerors must specify the Manufacturer, Country of Origin (COO), After Receipt of Order (ARO) or estimated time of arrival, and confirm that parts will ship to Sasebo, Japan. Pertinent specifications or equal-to specifications must also be provided. Offerors must quote on all items to be considered acceptable and must be registered in SAM.gov. DFARS 252.211-7003 applies for line items with unit prices of $5K and above.
Evaluation
The Government will select the most advantageous offer based on technical factors (including delivery date), price, and past performance. These factors are not listed in any order of relative importance.
Key Dates & Contacts
- Proposal Due: March 30, 2026, 10:00 a.m. Pacific Standard Time.
- Published: March 19, 2026.
- Primary Contact: Taura Helms (taura.s.helms3@navy.mil).
- Secondary Contact: Denise Manor (Denise.e.manor.civ@us.navy.mil).
Amendments
Amendment P0002, posted March 19, 2026, extended the solicitation due date to March 30, 2026, and included corrections to descriptions for CLINs 0008 and 0033, as well as updating the quantity for CLIN 0016 from 'Each' to 'Box'. Offerors are responsible for monitoring SAM.gov for all amendments.