PIPE, SEAMLESS
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, specifically NAVSUP Weapon Systems Support Mech, is soliciting proposals for Seamless Pipe (Product Service Code 4710). This requirement is for "SPECIAL EMPHASIS material" crucial for shipboard systems, necessitating stringent quality control. The solicitation is a Total Small Business Set-Aside. Offers are due by April 16, 2026.
Scope of Work
This opportunity involves the manufacture and supply of seamless pipe conforming to MIL-P-24691, Grade B, with a nominal pipe size of 1 Inch and Schedule 80. Required lengths are single random lengths of 15 to 22 feet, with permissible variations. The material must be mercury-free. Key requirements include:
- Ultrasonic inspection and Customer Source Inspection/Witness of UT inspection.
- Strict material traceability with permanent and temporary marking per MIL-STD-792 and SAE-AMS standards.
- Quality Conformance/Compliance Inspection per MIL-P-24691/1.
Quality & Certification Requirements
Contractors must maintain a quality system in accordance with ISO-9001 (with ISO-10012 or ANSI-Z540.3 calibration) or MIL-I-45208 (with MIL-STD-45662 calibration). Required certifications include:
- Chemical and Mechanical Certification (DI-MISC-81020).
- Certificate of Compliance for Special Emphasis Material (DI-MISC-80678).
- Test Certifications (DI-MISC-80678).
- All certifications must be positive, unqualified, and traceable to material markings.
- Receiving and Final Inspections are detailed, including sampling plans (ANSI/ASQ-Z1.4) and 100% inspection for traceability and certifications.
Contract & Submission Details
- Contract Type: Solicitation, resulting in a bilateral award.
- Set-Aside: Total Small Business.
- Response Due: April 16, 2026, 8:30 PM EDT.
- DPAS Rating: The resultant contract will be "DO" certified under the Defense Priorities and Allocations System.
- Payment: Wide Area Work Flow (WAWF) is required, with specific "Ship to," "Inspect by," and "Accept by" codes (N50286, N39040, N39040) and email notification to PORT_PTNH_WAWF_Notification@navy.mil.
- Certification Submission: Certification data must be submitted to Portsmouth Naval Shipyard via WAWF for review and acceptance prior to each shipment. No material is to be shipped prior to acceptance.
Additional Notes
This requirement is issued pursuant to Emergency Acquisition Flexibilities (EAF). Access to drawings, if included, must be requested on SAM.gov, followed by an email to the Point of Contact. The ECDS (Electronic Contractor Data Submission) system (https://register.nslc.navy.mil/) is available for questions, clarifications, and waiver requests. Detailed procedures for Waivers/Deviations and Engineering Change Proposals (ECPs) are outlined, requiring Contracting Officer approval. Packaging must comply with MIL-STD 2073. For inquiries, contact Jocelyne Dzonangfouego at jocelyne.dzonangfouego.civ@us.navy.mil or 717-605-2982.