Opportunity

SAM #N0010426QNB77

NAVSUP WSS MECHANICSBURG Solicitation for Metallic Pipe, Type 304, Schedule 80, 1/2 Inch

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 27, 2026

Respond By

April 27, 2026

Identifier

N0010426QNB77

NAICS

331420, 332996

This opportunity involves the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) seeking metallic pipe for shipboard systems. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - Products/Services Requested: - Corrosion-resistant stainless steel pipe, seamless or welded - Specification: MIL-P-24691/3, Type 1, Grade 304 - Nominal pipe size: 1/2 inch, Schedule 80 - Supplied in single random lengths of 15 to 22 feet - Quality and Certification Requirements: - Must meet MIL-P-24691, MIL-STD-792, ASTM-A530, ASTM-B666, SAE AMS 2806/2807/2809, ISO 9001, ISO 10012, ISO/IEC 17025 - Ultrasonic inspection and shear wave testing in two circumferential directions required - Material must be mercury-free and traceable to certification data - Certification documentation must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to shipment - OEMs and Vendors: - No specific OEMs named; standards from ASTM, SAE, ISO, and MIL referenced - Delivery and Inspection: - Certification data reviewed at Portsmouth Naval Shipyard - Managed by NAVSUP WSS MECH - Notable Requirements: - Strict adherence to military and industry standards - Comprehensive quality assurance and traceability - Mercury-free material - Documentation and inspection prior to shipment

Description

Contact Information Location: N744.16 WVP Email: jocelyne.dzonangfouego.civ@us.navy.mil

Contract Clauses and Requirements Item Unique Identification and Valuation (JAN 2023) Higher-Level Contract Quality Requirement (DEC 2014): See specifications Section C and Section E. Inspection of Supplies--Fixed-Price (AUG 1996) Inspection and Acceptance - Short Version: Applicable Wide Area Workflow Payment Instructions (JAN 2023): Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material; See form DD1423 Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18): WSS Equal Opportunity for Veterans (DEV 2026-O0040)(FEB 2026) Warranty of Supplies of a Noncomplex Nature (JUNE 2003): One year from date of delivery. Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Small Business Subcontracting Plan (DOD Contracts)-Basic (DEV 2026-O0037)(FEB 2026) Warranty of Data-Basic (Deviation 2026-O0035) (FEB 2026) Notice of Total Small Business Set-Aside (DEV 2026-O0037)(FEB 2026) Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Small Business Program Representations (DEV 2026-O0037)(FEB 2026): NAICS 331420, PSC 1050 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Buy American-Balance of Payments Program Certificate-Basic (FEB 2024) Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008): Applicable

General Notes The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents related to the instant procurement are considered 'issued' by the Government when copies are mailed, faxed, or sent electronically. The Government's acceptance of the contractor's proposal constitutes bilateral agreement. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov. After requesting access, send an email to the POC listed on the solicitation. Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. Evaluation for award will be based upon the lowest aggregate total price submitted for the total quantity, inclusive of options.

Scope The material covered in this contract/purchase order will be used in a crucial shipboard system. Incorrect or defective material could cause serious injury, loss of life, or loss of the ship. Therefore, the material is designated as SPECIAL EMPHASIS material with special control procedures.

Applicable Documents Order of precedence: Contract text supersedes references and drawings unless laws or regulations apply. Document references must be obtained by the Contractor. Specification revisions listed are preferred; older or newer revisions are acceptable if listed within Contract Support Library Reference Number CSD155 in ECDS at https://register.nslc.navy.mil/.

Document References ANSI/ASQ Z1.4 ASTM-A530 ASTM-B666 MIL-STD-792 ASTM-A999 SAE AMS 2806, 2807, 2809 ISO 9001, ISO 10012, ISO/IEC 17025 MIL-P-24691 MIL-I-45208 MIL-STD-45662 ANSI/NCSL Z540.3 T9074-AS-GIB-010/271

Requirements Manufacture and design must meet MIL-P-24691 requirements with specific details on pipe and tube types, fabrication, inspection, marking, and packaging. Testing certifications are required for quality conformance, ultrasonic inspection, and certificates of compliance. Chemical and mechanical certifications must follow Data Item Description DI-MISC-81020. Certificates of compliance must certify conformity to procurement documents and specifications. Configuration control requires maintaining equipment baseline and approval of waivers/deviations. Mercury and mercury compounds are prohibited. Additional NAVSEA requirements apply as specified.

Quality Assurance Requirements Test certifications must include detailed information and signatures. Quality systems must comply with ISO-9001 or MIL-I-45208 standards and are subject to government evaluation and audits. Contractor inspection and subcontractor inspection requirements are detailed, including record keeping and government rights. Government Furnished Material and Equipment (GFM/GFE) must be controlled and inspected appropriately. Traceability and certification requirements are critical for Level I/SUBSAFE systems, including marking and documentation.

Material Handling and Inspection Procedures for traceability marking, storage, and inspection are specified. Receiving inspection must verify traceability and certification compliance. Discrepancy reporting and final inspection procedures are outlined.

Packaging Preservation, packaging, packing, and marking must comply with MIL-STD 2073 and contract schedule.

Notes and Definitions Definitions for terms such as Critical Safety Item (CSI), Critical Process, First Article Test (FAT), Objective Quality Evidence (OQE), and others are provided. Distribution statements and ordering information for document references are included. Recent updates to technical requirements are listed with dates.

Submission Instructions Certification data must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to each shipment via WAWF (Wide Area Workflow) with specified ship to, inspect by, and accept by codes. No material is to be shipped prior to receipt of acceptance.

Additional Links: See Solicitation N0010426QNB77

View original listing