Opportunity

SAM #N0010426QNC16

NAVSUP Solicitation for C63000 HR50 High Strength Metal Bars for Shipboard Systems

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 04, 2026

Respond By

May 15, 2026

Identifier

N0010426QNC16

NAICS

423510, 331491

This procurement opportunity from NAVSUP Weapon Systems Support Mechanicsburg seeks high-strength metal bars for critical shipboard systems. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Standards: - ASTM (American Society for Testing and Materials) - MIL-STD (Military Standards) - SAE (Society of Automotive Engineers) - ISO (International Organization for Standardization) - Products Requested: - C63000 HR50 high-strength metal bar - Round, 2-inch diameter - HR50 temper - ASTM-B150 and ASTM-B249 compliant - Lengths: 8-12 feet (under 5-inch diameter), 5-12 feet (5-inch diameter and over) - Permissible variation: ±10% - Unique/Notable Requirements: - SPECIAL EMPHASIS material for critical shipboard use - Mercury-free material - Strict traceability and certification (ISO-9001, ISO-10012, ANSI-Z540.3, ISO-17025) - Heat treatment and mill test report certifications required - Detailed marking for traceability - Certification data must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to shipment

Description

CONTACT INFORMATION Location: 4 Code: N744.5 Region: WVB Phone: 717-605-7230 Email: april.n.schlusser.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 |||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) 1. See specifications Section C and Section E. INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 INSPECTION AND ACCEPTANCE OF SUPPLIES 26 INSPECTION/ACCEPTANCE POINT 6 GENERAL INFORMATION-FOB-DESTINATION 1. A WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16. Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material N/A, TBD, N00104, TBD, TBD, TBD, TBD, TBD, TBD, TBD NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER 3 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1. WSS WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003) 6. One year from date of delivery. Additional warranty details are repeated: "One year from date of delivery." BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 WARRANTY OF DATA-BASIC (DEVIATION 2026-O0035) (FEB 2026) 2 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEV 2026-O0037)(FEB 2026) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 5 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 1 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2. X 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. All contractual documents (i.e., contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4. 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. 5. Any contract awarded as a result of this solicitation will be DoD certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 7. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2). 8. Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 9. A variation in quantity of -10% of the total contract quantity is allowed. See FAR 52.211-16 for further details. 1. Scope 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. Applicable Documents 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer revisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: https://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions, without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g., E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listed within CSD155 or elsewhere within this contract. Document References - The following documents must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. ANSI/ASQ Z1.4 ASTM-B150 ASTM-B249 ASTM-B666 MIL-STD-792 SAE AMS 2806 SAE AMS 2807 SAE AMS 2809 ISO 9001 SAE AMS-STD-185 ISO 10012 ISO/IEC 17025 MIL-I-45208 MIL-STD-45662 ANSI/NCSL Z540.3 3. Requirements 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in ASTM-B150, and ASTM-B249, except as amplified or modified herein. Ordering data information (ASTM-B150 and specific) is provided below: ASTM-B150: Alloy - C63000 Welding application material is not applicable. Quantity, total weight, footage and number of pieces must be as specified elsewhere in the Contract/Purchase Order. Certification is required and must be as specified elsewhere in the Contract/Purchase Order. Mill test reports are required and must be as specified elsewhere in the Contract/Purchase Order. Specific shapes are not applicable. SPECIFIC: Temper - HR50 High Strength (C63000) Form - Bar Size - 2 inches (round) Length - Under 5" dia. = 8 feet min / 12 feet max (plus or minus 10%) or as specified elsewhere in the contract/purchase order. Edge contours must be as specified in ASTM-B249. Straightness must be as specified in ASTM-B249. 3.2 Bar, Pipe, and Tube Quantities - When this order results in supplying fewer than 5 pieces as defined in the "Length" paragraph above, all material must be from a single heat of material. 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Attribute - Heat Treatment Item - Bar, Metal Performance - ASTM-B150 3.4 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.5 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.5.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification, require review and approval by the Contracting Officer. Requests must include: A complete description of the affected requirement and the nature of the waiver/deviation, including classification as Critical, Major, or Minor. Number of units (and serial/lot numbers) to be delivered in this configuration. Impacts to logistics support elements or operational use. Remedial actions to prevent reoccurrence. 3.5.2 Requests for Waivers/Deviations must be submitted using the ECDS system at https://register.nslc.navy.mil/. 3.5.3 ECPs - The Government will maintain configuration control and change authority for modifications affecting form, fit, function, or interface parameters. The Contractor must submit an Engineering Change Proposal (ECP) for Class I or II changes, including: Change priority, classification, and justification. Description and need for change. Impacted Configuration Items and impact description. Proposed document changes. Serial/lot number effects. Retrofit recommendations. Impacts on logistics support and operational use. Estimated life-cycle cost impact. Milestones for processing and implementation. 3.6 Mercury Free - Mercury and mercury-containing compounds must not be intentionally added or come in direct contact with hardware or supplies. Mercury contamination will be cause for rejection. Quality Assurance Requirements 3.7 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested, must be furnished along with test results. Certification must include the contractor's name, address, date, quantity inspected, and signature. It must reference the standard/specification and revision used. 3.8 Quality System Requirements - The contractor must provide and maintain a quality system in accordance with ISO-9001, with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternative is MIL-I-45208 with calibration requirements of MIL-STD-45662. 3.8.1 The system is subject to evaluation, verification, inspection, and acceptance by the Government. 3.8.2 The system must be documented and available for review prior to and during the contract. 3.8.3 Suppliers of Level I/SUBSAFE material must submit their quality system procedures to the Procurement Contracting Officer (PCO) before award, unless waived. 3.8.4 The contract includes Government Quality Assurance at destination, with place of performance not changeable without approval. 3.8.5 Changes to a qualified quality system require re-submission to the PCO. 3.9 Contractor Inspection Requirements - The contractor must keep records of inspections and tests, indicating observations, deficiencies, approvals, rejections, and corrective actions. Records must be traceable. 3.9.1 Gages and test equipment must be available for Government use. 3.9.2 All documents and reference data must be available for review. 3.10 Subcontractor Inspection Requirements - The Government may inspect supplies or services at source. Purchase documents must cite applicable quality system portions. When source inspection is performed, the contractor must notify the Prime Contractor and PCO. 3.10.1 The prime must assess supplier capability before issuing purchase documents. 3.10.2 Suppliers must be periodically reviewed or audited. 3.10.3 The prime must ensure purchased products conform to requirements. 3.10.4 The prime must evaluate and select suppliers based on capability. 3.10.5 The supplier quality assurance program must review purchase documents for compliance. 3.11 Government Furnished Material and/or Equipment (GFM/GFE) - The contractor must develop control procedures including: Visual examination upon receipt. Inspection for completeness and proper type. Verification of quality received. Periodic inspection and storage precautions. Functional testing as required. Identification and protection from misuse. Reporting damages or malfunctions. Procedures for storage and inspection of bailed property. Handling returned material as GFM. 3.12 Traceability and Certification Requirements - Traceability must be maintained from material to test report and Objective Quality Evidence (OQE). The certification report must reflect compliance with requirements. 3.12.1 Minimum requirements include developing procedures for material control and maintaining traceability through all process operations. 3.13 Material Traceability - Certification data must be identified with a unique traceability number, heat-lot, or heat-treat number, marked on the material, providing direct traceability to chemical and mechanical properties. 3.14 Material Marking for Traceability and Identification - Minimum marking requirements include: Permanent marking on each end of pipes, tubes, and bars, in accordance with MIL-STD-792. Temporary marking with manufacturer name, specification, size, contract number, and traceability info, in accordance with applicable standards. 3.15 Additional Certification Requirements - Quantitative analysis, re-identification, re-certification, and signed certification are required, with specific details on reprocessing and documentation. 3.16 Material Handling - Raw materials must be traceable, segregated, and properly marked during processing and storage, with procedures for remarking if markings are removed. 3.17 Receiving Inspection - Must verify traceability markings, legibility, and compliance with specifications. 3.18 Discrepancy Reporting - Nonconforming products must be identified, processed, and reported according to procedures, with records maintained. 3.19 Final Inspection - Includes sampling, statistical process control, and 100% inspection of certification data, traceability, and markings. 3.20 Certification of Compliance - Must show traceability, include specific info, and be signed, with no disclaimers. Additional Links: See Solicitation N0010426QNC16

View original listing