Swagelok brand orbital welding machine, purge system, and fittings components-- As Required in the Attachments-- Small Business Set Aside--
ID: N61331-25-T-JC05Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS WELDING EQUIPMENT (3438)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from qualified small businesses for the procurement of a Swagelok brand orbital welding machine, purge system, and associated fittings components. This acquisition is critical for fabricating high-pressure gas systems for the Navy Experimental Diving Unit, ensuring compatibility with specialized life support systems that have been rigorously tested under Navy standards. The procurement emphasizes the necessity of using Swagelok products to maintain operational safety and efficiency, as alternative brands could jeopardize mission timelines. Interested vendors must submit their quotes via email to Jessica Clark by January 27, 2025, at 9:00 AM Central Time, and are required to provide their Cage Code and lead time, with the understanding that late submissions will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a procurement effort for specialized welding equipment and accessories from the Swagelok brand. It lists various items required for the contract, including power supplies, welding purge panels, regulators, several purge kits, and orbital weld heads, with specific part numbers and quantities provided. The items range from tools designed for tube facing to collet sets for specific sizes, suggesting a comprehensive requirement aimed at enhancing welding capabilities. This procurement is likely tied to a larger government initiative, focusing on procurement efficiency and ensuring access to advanced welding technology. The purpose of this request for proposals (RFP) appears to be catering to the operational needs of government or local entities involved in industrial or manufacturing processes that require reliable welding systems and equipment. The detailed itemization reflects a structured approach to sourcing vital components that support quality welding operations in compliance with federal or state standards.
    The document outlines contract delivery performance, payment instructions, and stipulations for U.S. government contracts, particularly emphasizing the responsibilities of contracting officers and compliance requirements. It clarifies shipping terms, conditions for electronic payment submissions, and various clauses related to executive compensation, prohibitions on contracting with certain entities, and compliance with cybersecurity measures. Key sections include guidelines on small business set-asides and reporting obligations concerning wrongdoing and trafficking. Furthermore, it details contract administration points of contact, contractor responsibilities during government holidays, and management of official contract files, stressing the importance of confidentiality and compliance protocols. Overall, it serves as a comprehensive framework for bidders and contractors to ensure compliance and effective contract management within federal and local government contracting contexts.
    The document is a “Limited Source Justification” from the Naval Sea Systems Command, specifically the Naval Surface Warfare Center in Panama City, Florida. Its purpose is to justify the acquisition of a Swagelok brand orbital welding machine and associated equipment necessary for fabricating high-pressure gas systems for the Navy Experimental Diving Unit (NEDU). The contract will be awarded on a brand-name basis to ensure compatibility with specialized life support systems, as only Swagelok components have been tested and certified under stringent Navy standards. The acquisition details specify various components required for the welding system, including power supplies, purge panels, and collet sets, essential for operational efficiency and safety. The justification emphasizes that using alternative equipment would result in potential decertification of critical systems, adversely affecting mission timelines and operational safety. Market research concluded that no other brands could meet these needs, reinforcing the necessity of Swagelok products. The contracting officer affirms that this order represents the best value while adhering to federal acquisition regulations. The urgency of this procurement is highlighted to avoid delays in mission-critical testing and operations related to diving and life support systems. Thus, Swagelok is deemed the only viable brand for this requirement.
    The document addresses a query regarding the Request for Quotation (RFQ) N61331-25-T-JC05 related to the procurement of a welding purge panel and purge regulator assembly. The question seeks additional information or technical drawings to facilitate accurate quoting of the required items. The response clarifies that all pertinent details are included in the solicitation documents, which directly reference input from their Swagelok distributor related to the necessary components for the specified tubing size. The importance of reviewing all provided attachments for quotation preparation is emphasized. Overall, this exchange highlights the communication between government contracting entities and vendors, ensuring clarity and comprehensive understanding of technical requirements in federal solicitations.
    Similar Opportunities
    MAG Switch Parts
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWCDIVNPT), is seeking quotations from small businesses for the procurement of MAG Switch Parts, specifically 50 units each of the Housing Switch Assembly and Cover Plate Assembly, as per NAVSEA specifications. This initiative emphasizes the importance of collaboration with small businesses in enhancing innovation and service delivery within defense procurement. Proposals must be submitted electronically by March 7, 2025, and should include pricing, shipping details, and a point of contact, with a contract award based on a Lowest Price, Technically Acceptable basis. Interested parties can reach out to Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028 for further information.
    4810 Actuator Valve Assembly, 8 Inch IPS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of 8 Inch IPS Actuator Valve Assemblies, with a focus on brand-name products from CURTISS-WRIGHT FLOW CONTROL CORPORATION/NU-TORQUE. This acquisition will be negotiated under FAR Parts 12 and 13, emphasizing a firm-fixed price contract based on competitive quotes, with a submission deadline set for 12:00 PM on December 17, 2024. The goods are critical for military applications, and the procurement process encourages participation from small businesses, including service-disabled veteran-owned enterprises. Interested offerors should direct inquiries to Wilfredo Gervacio via email and are responsible for downloading the solicitation documents from Beta.Sam.Gov, ensuring compliance with all specified requirements and regulations.
    DOWNBORE MACHINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is soliciting proposals for the procurement of downbore machines and related accessories. Vendors must meet specific requirements, including having an active account in the Joint Certification Program (JCP) to access tool room drawings, and comply with stringent cybersecurity measures as mandated by the Department of Defense. This procurement is crucial for maintaining operational capabilities within defense logistics, emphasizing the government's commitment to engaging qualified small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested parties should submit their proposals electronically by 10:00 AM on March 10, 2025, and can contact Tricia Wintersteen at TRICIA.WINTERSTEEN@DLA.MIL or by phone at 360-813-9570 for further information.
    34--WELDERS
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of TIG/STICK WELDERS. These welders are typically used for metalworking machinery. The acquisition will be negotiated on a 100% SMALL BUSINESS SET ASIDE basis. The solicitation is expected to be posted on the NECO website on or about 14 NOVEMBER 2016, with proposals due by 21 NOVEMBER 2016. A Firm-Fixed Price, Supply type contract will be awarded. Interested parties are responsible for downloading the solicitation from the NECO website. Electronic submission of proposals/quotes is not available at this time.
    34--WELDING MACHINE,INV
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of welding machines under a total small business set-aside. This solicitation aims to acquire welding and soldering equipment, which is critical for various military applications and maintenance operations. The selected contractor will be responsible for delivering high-quality welding machinery that meets the specifications outlined in the solicitation. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    17--SWIVEL JOINT ASSY,A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for the procurement of a Swivel Joint Assembly, a critical component used in aerospace craft launching, landing, ground handling, and servicing equipment. This solicitation is part of a Combined Synopsis/Solicitation, indicating the need for qualified vendors to provide these specialized parts, which play a vital role in ensuring the operational efficiency and safety of military equipment. Interested parties are encouraged to direct any questions regarding this solicitation to the buyer listed in the solicitation document, which can be accessed via the DLA's DIBBS website. For further inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the machining of Nickel Aluminum Bronze (NAB) device configuration parts for the VIRGINIA Class propulsor program. This procurement involves the manufacturing of up to 820 parts over a two-year period, with strict adherence to quality standards and delivery timelines, emphasizing the importance of these components in defense applications. The contract is set aside for small businesses under NAICS code 339999, and will be awarded based on the Lowest-Priced, Technically Acceptable (LPTA) bid, with quotes due by March 13, 2025. Interested vendors should direct inquiries and submissions to Michael Bonaiuto at michael.bonaiuto@navy.mil, and are encouraged to submit questions by March 06, 2025.
    USNS ARCTIC Bilge Valve
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of four units of “10” Space 150 Bronze x Monel Trim Globe Stop-Check” valves for the USNS ARCTIC. This procurement is critical for ensuring reliable operations within military maritime environments, emphasizing the need for robust and compliant components. Interested vendors must submit their quotes, including pricing and technical submissions, by March 12, 2025, with delivery expected at FOB Destination in Norfolk, VA, by July 16, 2025. For further inquiries, interested parties can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    47--SWING JOINT,PIPE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking bids for the procurement of swing joints and associated pipe fittings, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, specifically targeting the fabricated pipe and pipe fitting manufacturing industry, classified under NAICS code 332996. The goods are essential for various defense applications, ensuring the reliability and functionality of piping systems within military operations. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    USNS WASHINGTON CHAMBERS (T-AKE-11) VCHT Vacuum Manifold
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a VCHT Vacuum Manifold, specifically from Red Fox Environmental Services, Inc. This procurement is critical for upgrading the VCHT system on naval vessels, utilizing proprietary technology essential for environmental compliance regarding human waste management. The contract will follow FAR Subpart 12.6 regulations, with a firm-fixed price anticipated, and requires delivery to San Diego, California, by September 30, 2025. Interested vendors must submit their detailed quotes, including technical specifications and delivery timelines, by March 13, 2025, and can contact Edward Yarbrough or Colin Edick for further information.