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
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    VALVE,REGULATING,FL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotations for the repair of regulating valves under Solicitation N00104-22-Q-JG22. The procurement aims to secure the repair of these valves, which are critical components in various naval applications, ensuring operational readiness and efficiency. The contract includes specific requirements for repair turnaround time, with an emphasis on quality assurance and compliance with military standards, and encourages accelerated delivery. Interested contractors must submit their updated quotes by COB on November 28, 2025, and can reach out to Joseph D. Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL for further details.
    12--PERISCOPE SUBASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
    48--PARTS KIT,BALL VALV
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for a contract to supply a Parts Kit for a Ball Valve, which is critical for shipboard systems. The procurement emphasizes the need for high-quality materials and adherence to stringent specifications due to the potential consequences of using incorrect or defective components, which could lead to serious safety risks. This contract is classified as a total small business set-aside, and interested vendors must submit their offers by 4:30 PM EST on March 27, 2026. For further inquiries, potential bidders can contact Noelle M. Smith via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL.
    4810 Actuator Valve Assembly, 8 Inch IPS
    Dept Of Defense
    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.
    BACKSHELL,SWINGARM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of two units of the Backshell, Swingarm (NSN: 1RM 1680 LLF02J086 P8, PN: BACC10MK15). This solicitation requires that all offers include necessary documentation for government source approval prior to award, as the items are critical for fleet support needs. The procurement is governed by various regulations, including quality assurance and inspection requirements, emphasizing the importance of compliance for successful bids. Interested vendors must submit their quotes via email to Ryan P. Stock at RYAN.P.STOCK2.CIV@US.NAVY.MIL by the specified due date, ensuring all required data is included to avoid disqualification.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    10--OGIVE PLUNGER ASSEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 526 units of the Ogive Plunger Assembly, identified by NSN 1010011336977. This solicitation is part of a combined synopsis/solicitation and is specifically set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in the defense sector. The Ogive Plunger Assembly is a critical component used in small arms and ordnance manufacturing, underscoring its significance in maintaining military readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 38 days after the award date.