Opportunity
SAM #N0040626Q0121
NAVSUP Solicitation for L-3 Communications Flange Subassemblies (Japan Delivery)
Buyer
NAVSUP FLC Puget Sound
Posted
April 21, 2026
Respond By
April 30, 2026
Identifier
N0040626Q0121
NAICS
332996, 332999
NAVSUP Fleet Logistics Center Puget Sound, part of the U.S. Navy, is seeking firm fixed-price quotes for specialized flange subassemblies to support repairs of jack boxes and EMP protection assemblies. - Government Buyer: - U.S. Navy, NAVSUP Fleet Logistics Center Puget Sound (PUGET SOUND (FISCPS)) - OEM Requirement: - Brand name only: L-3 Communications Westwood Corp NMP Division - No substitutes or alternates accepted - Products Requested: - Flange Subassembly, Octagon Shape, 7.25" W x 0.813" THK (BIW CAT NO. 30222-016) - Quantity: 3 units - Titanium & CRES 316L bi-metal, titanium insert thread, blind - Material changed from steel & titanium to CRES 316L & titanium - Flange Subassembly, Octagon Shape, 9.375" W x 0.813" THK (BIW CAT NO. 30222-024) - Quantity: 4 units - Titanium & CRES 316L bi-metal, titanium insert thread, blind - Material changed from steel & titanium to CRES 316L & titanium - Evaluation Criteria: - Technical acceptability, price, and past performance - Delivery & Inspection: - Place of performance: SRF and JRMC Yokosuka, Japan - Contracting office: NAVSUP Fleet Logistics Center Puget Sound, Bremerton, WA
Description
NAVSUP Fleet Logistics Center Puget Sound intends to solicit for FLANGE SUB-ASSEMBLY, Part Nos. D43-1-02 SH 2 MOD (BIW 30222-016) and D43-1-03 SH 2 MOD (BIW 30222-024).
This requirement is a Brand Name requirement for L-3 Communications Westwood Corp NMP Div due to technical requirements supporting repair of jack boxes and EMP protection assemblies. Only products manufactured by L-3 Communications Westwood Corp DBA NMP Div are known to meet the required form, fit, and function. No known substitutes or alternates have been identified.
Interested companies may identify their interest and capability to respond to this requirement, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government.
The Government will evaluate the offeror’s price for reasonableness and past performance as part of the responsibility determination in accordance with applicable acquisition procedures.
Quotes will be evaluated, and the Government will select the most advantageous offer based on the following factors: technical acceptability (including delivery), price, and past performance, with no order of relative importance.
Anticipated Award Date: May 2026
Point of Contact: Ann M. Fulton annarose.m.fulton.civ@us.navy.mil