Opportunity
SAM #N0040626Q0099
NAVSUP Solicitation for Anchor LWT 1500 Non-Magnetic (Hadfield Steel) for Sasebo, Japan
Buyer
NAVSUP FLC Puget Sound
Posted
April 14, 2026
Respond By
April 27, 2026
Identifier
N0040626Q0099
NAICS
332312, 332999
NAVSUP Fleet Logistics Center Puget Sound is seeking quotes for the supply of a specialized non-magnetic anchor for U.S. Navy operations. - Government Buyer: - U.S. Navy, NAVSUP Fleet Logistics Center Puget Sound (PUGET SOUND (FISCPS)) - Product Requested: - Anchor LWT 1500 Non-Magnetic (also referred to as ANCHOR LWT 1500 N-MAG DOM) - Drawing: 803-632566 REV W - Material: Hadfield steel - Magnetic permeability: 2.0 or less - Quantity: 1 unit - Part Number: 0001 - Unique/Notable Requirements: - Must comply with drawing 803-632566 REV W specifications - Material must be Hadfield steel with strict non-magnetic properties - Unique item identification required per DFARS 252.211-7003 - Compliance with Cybersecurity Maturity Model Certification (CMMC) requirements - Small business set-aside under NAICS 332312 (Fabricated Structural Metal Manufacturing) - Delivery Location: - USN SRF-JRMC Sasebo, Japan (BLDG 304 TATGAMI CHO, Sasebo, 857-0063) - Contracting Office: - NAVSUP FLT LOG CTR PUGET SOUND, 467 W STREET, BREMERTON, WA 98314-5100
Description
EMAIL QUESTIONS TO: WILFREDO.J.GERVACIO.CIV@US.NAVY.MIL
COMPETITIVE.
Fleet Logistics Center Puget Sound will be soliciting for ANCHOR LWT 1500 NON-MAGNETIC in accordance with solicitation specifications. This acquisition will be negotiated on a SMALL BUSINESS SET A SIDE. Interested parties may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date. A determination to compete this action based upon responses received to this notice is solely within the discretion of the Government. Terms will be FOB: DESTINATION, DIRECT SHIPPING to U.S. NAVAL BASE SASEBO JAPAN
A Firm-Fixed Price, Supply type contract will be awarded in accordance with RFO Parts 12 and Commercial and Simplified Acquisition Procedures.
All responsible sources may submit a proposal which shall be considered by FLCPS. This solicitation and any subsequent amendments will be posted to the Sam.Gov website: https://www.sam.gov. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. No telephone or fax requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed.
PLEASE SEE ATTCHED SOLICITATION FOR REQUIREMENTS & SPECIFICATIONS, APPLICABLE CLAUSES & PROVISIONS, SHIPPING AND INVOICING INFORMATION.
Emailed completed solicitations are acceptable.
Teleworking until further notice and will not have access to work phone or voicemail
Please communicate via email or call via “MS Teams” during working hours until further notice