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
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 3:00 PM UTC
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
Jan 24, 2025, 8:11 PM UTC
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.
Jan 24, 2025, 8:11 PM UTC
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.
Jan 24, 2025, 8:11 PM UTC
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.
Jan 24, 2025, 8:11 PM UTC
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.
Lifecycle
Similar Opportunities
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is critical for the overhaul of Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. This equipment is essential for maintaining operational readiness and safety standards within the Navy. Interested vendors must submit their quotations electronically by April 9, 2025, and are encouraged to contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or 401-832-8020 for further details.
34--WELDING MACHINE,ARC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two arc welding machines under solicitation number NSN 3431017143409. The requirement is specifically for welding and soldering equipment, which plays a crucial role in various defense manufacturing and maintenance operations. This procurement is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and quotes must be submitted within the specified timeframe to be considered.
47--SWIVEL JOINT,HYDRAU
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 165 units of the Swivel Joint, Hydraulic (NSN 4730012106910). This procurement is a Total Small Business Set-Aside, aimed at sourcing fabricated pipe and pipe fitting manufacturing products essential for military applications. The selected vendor will be required to deliver the items to DLA Distribution Warner Robins within 560 days after the order is placed. Interested parties should submit their quotes electronically, and any inquiries regarding the solicitation can be directed to the buyer via email at DibbsBSM@dla.mil.
AC Plant Valves
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP FLC) Puget Sound, is seeking proposals for the procurement of six suction relief valves under RFQ no. N0040625QS024. This opportunity involves a firm fixed price (FFP) contract utilizing Simplified Acquisition Procedures, with the intention of awarding the contract without discussions based on the best value to the government, considering price and technical acceptability. The valves are critical for non-nuclear ship repair operations, and the delivery timeframe is set from April 4, 2025, to September 30, 2025. Interested vendors must submit their quotes by April 3, 2025, at 12:00 PM EST, and can direct inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil.
VALVE,SHUTOFF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of shutoff valves, classified under the NAICS code 336412, which pertains to Aircraft Engine and Engine Parts Manufacturing. The requirement includes a total quantity of 12 units, with the procurement process utilizing competitive procedures to award the contract to the offeror with the lowest price technically acceptable (LPTA) quote. These valves are critical components for aircraft and missile fuel systems, underscoring their importance in maintaining operational readiness and safety. Interested vendors must submit their quotes via email by 2:00 PM EST on January 10, 2025, and can direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.
BODY,VALVE,BREATHIN
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of various components, including valves and breathing apparatus, under the contract N00104-23-Q-XD96. The procurement involves the manufacture and quality assurance of items such as valves and underwater masks, which are critical for military operations and safety. This opportunity is significant as it supports the Navy's operational readiness and capability in underwater environments. Interested vendors must submit their offers by January 17, 2025, at 4:30 PM local time, and can direct inquiries to Tyler Curfman at 717-605-3080 or via email at tyler.l.curfman.civ@us.navy.mil.
Welding Machine
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the procurement of a Welding Machine Package for the McAlester Army Ammunition Plant in Oklahoma. The solicitation requires equipment that meets OSHA standards and supports multiple welding processes, including SMAW, GMAW, and FCAW, with specific technical requirements such as a power supply compatible with 480-volt 3-phase service and a dual setup wire feeder. This procurement is critical for ensuring high-quality welding capabilities essential for military operations, and interested vendors must submit their signed proposals by April 9, 2025, at 10:00 AM Central Daylight Time, while ensuring they are registered and active in the System for Award Management (SAM). For further inquiries, vendors can contact Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407.
JOINT BAND ASSEMBLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a Joint Band Assembly. This contract requires the manufacture and supply of components that meet specific design, quality, and performance standards, including compliance with MIL-STD packaging and ISO 9001 quality system requirements. The Joint Band Assembly is critical for naval operations, particularly in the context of torpedoes and related systems, emphasizing the importance of quality and reliability in defense procurement. Interested vendors must submit their quotes electronically to Darian Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL by April 11, 2025, with a focus on providing detailed pricing and delivery timelines, as well as demonstrating past performance and compliance with specified requirements.
WELDING STUD
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Welding Stud, identified by part number 6154029-001. This procurement requires compliance with various military standards and specifications, including quality assurance measures and specific marking requirements, to ensure the manufactured items meet the necessary material and physical standards. The Welding Stud is critical for military applications, and the contract stipulates a delivery timeline of 90 days from the award date. Interested vendors should direct inquiries to Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil, and must be aware that this opportunity is set aside for small businesses.
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.