BELLOWS
ID: SPMYM225Q1423Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

ENGINE INSTRUMENTS (6620)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking quotes for a firm fixed-price supply contract for the procurement of "C Bellows" to be delivered to Bremerton, Washington. This opportunity is a total small business set-aside, emphasizing the need for compliance with commercial and simplified acquisition procedures as outlined in FAR Parts 12 and 13.5, and includes specific requirements for various inspection and certification reports, including hydrostatic test reports and material certification documentation. Interested vendors must ensure their registration in the System for Award Management (SAM.gov) and submit completed quotes by April 17, 2025, at 10:00 AM, with all inquiries directed to Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 8:06 PM UTC
The document outlines the solicitation for a federal contract designated SPMYM225Q1423 for the acquisition of commercial items for the Puget Sound Naval Shipyard. The offer deadline is set for April 17, 2025, at 10:00 AM. Key deliverables include "C Bellows" with specific manufacturing requirements and various inspection and certification reports, with the delivery date stipulated for May 1, 2025. The contractor must adhere to security and reporting protocols regarding covered defense information and cyber incidents, as mandated by DoD guidelines. The document also specifies the requirements related to local business classifications, such as small and veteran-owned businesses. Additionally, it provides details on the use of a Defense Biometric Identification System (DBIDS) for base access and outlines necessary steps for obtaining credentials. Compliance with safeguarding measures and cyber incident reporting is stressed, ensuring the contractor upholds stringent operational security. The summary captures the essence of the solicitation, focusing on compliance, contract details, and delivery expectations within the context of government procurement processes.
Apr 10, 2025, 8:06 PM UTC
The document outlines the requirements for submitting a hydrostatic test report as part of a contractual obligation under the specified data item. It includes essential details such as the contract number, contractor information, distribution statements, and specific conditions for the report's traceability to materials. The hydrostatic test report must be marked uniquely to ensure proper tracking. Distribution is limited to the Department of Defense (DoD) and its contractors, with any other requests directed to the appropriate command. Additionally, certification and data documentation must be attached through the Wide Area Workflow (WAWF) e-Business Suite. Acceptance or rejection of these documents will occur alongside material review, not before shipment. The document is officially prepared by Cody Tarman and approved by Willie Leach, with an effective date set for March 10, 2025. This format aligns with federal requirements for data submissions in relation to contracts, reflecting the importance of accurate reporting and submission processes in government projects.
Apr 10, 2025, 8:06 PM UTC
The document outlines the requirements for a Contract Data Requirements List, specifically focusing on the Certification Material Test Report (CMTR) essential for compliance in government contracting. It includes a structured format that government contractors must fill out, detailing contract specifications, required data items, and submission protocols. Key sections of the form specify the contractor's responsibilities in providing data in accordance with procurement specifications, ensuring material certification traceability, and adhering to designated distribution statements that limit information sharing to the Department of Defense and related contractors. Submission guidelines are highlighted, mentioning the necessity of attaching reports through the Wide Area Workflow e-Business Suite and clarifying that certification documentation will be validated only upon material shipment. The document emphasizes the significant administrative burden associated with compliance, estimated to take an average of 110 hours per response. The structured data request serves to streamline reporting processes and ensure that all requirements are met for effective contract management. Ultimately, this reflects the federal government's emphasis on accountability and traceability in procurement activities, ensuring that contractors align with rigorous operational standards.
Apr 10, 2025, 8:06 PM UTC
The document outlines the Contract Data Requirements List related to a specific contract involving the submission of a Test/Inspection Report for Liquid Penetrant (PT) tests. It details the required data items, including contract references, distribution requirements, and submission timelines. The report must be submitted in accordance with the specified format and methods, including the Wide Area Workflow (WAWF) e-Business Suite. The document also provides instructions regarding personnel qualifications and the importance of timely submission for approvals prior to testing. Additionally, it specifies that the distribution of the report is restricted to the Department of Defense and authorized contractors. The purpose of this document is to ensure compliance with reporting requirements and to outline the steps necessary for certification and documentation related to this contract, exemplifying the structured approach in managing government contracts.
Apr 10, 2025, 8:06 PM UTC
The document outlines cleanliness requirements for hardware components ready for shipment post-fabrication. It specifies that all internal surfaces and parts must be dry and visibly clean, free from contaminants like dirt and grease, although minor acceptable oxidation or rust is noted. Components that cannot be cleaned after assembly must be cleaned and inspected beforehand, with protective measures taken during assembly to prevent contamination. A visual inspection of internal surfaces is mandated prior to shipment, ensuring compliance with cleanliness standards. Openings not sealed by permanent covers should be protected using temporary covers made from specific materials that do not contain sulfur or halogens. If internal parts are packaged separately, they must be sealed to maintain cleanliness. This document serves as a guideline within the context of federal and state RFPs, emphasizing the importance of cleanliness in ensuring the integrity and reliability of manufactured hardware for governmental and contractual obligations.
Apr 10, 2025, 8:06 PM UTC
The document serves as a justification for a sole-source procurement of a specific part, the 36-inch Pathway Bellow Assembly (PN 36"PBTEE-M16455-1) from Senior Flexonics Pathway Division. The need for this sole-source purchase is based on the requirement for an exact replacement that ensures compatibility, form, fit, and function with the existing shipboard system that incorporates identical pathway bellows. The document emphasizes that there are no alternative products that meet these specific criteria due to proprietary manufacturing processes. The justification indicates that facilitating competition is not feasible because Pathway Bellows is exclusive to Senior Flexonics. All provided information is certified as complete and accurate, adhering to government procurement guidelines, specifically FAR 13.106(b). Overall, this sole-source justification aligns with federal procurement protocols requiring detailed reasoning when competition is limited.
Lifecycle
Title
Type
BELLOWS
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
FLEXIBLE DUCT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting bids for the procurement of flexible duct materials, specifically requiring 100 units of two types of flexible duct. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including cybersecurity standards as outlined in NIST SP 800-171. The goods are critical for operations at the Puget Sound Naval Shipyard, ensuring adherence to safety and quality standards in military applications. Interested contractors must submit their bids by April 25, 2025, and can contact Lina Cruz at Lina.1.Cruz@DLA.MIL or by phone at 360-813-9267 for further details.
30--BELLOWS,PRESSURE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of pressure bellows, specifically NSN 3010012244284, with a total quantity of 667 units required for delivery to the DLA Distribution Depot in Oklahoma. This procurement is part of a Combined Synopsis/Solicitation and is classified under the NAICS code 333612, which pertains to the manufacturing of speed changers and mechanical power transmission equipment. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be received in a timely manner. Interested parties can direct their inquiries to the buyer via email at DibbsBSM@dla.mil, and the deadline for quote submission is 170 days after the award date.
BAR METAL ROUND LEVEL 1
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals for the procurement of Level 1 bar metal round material, specifically under solicitation number SPMYM225Q0383. This procurement requires compliance with stringent quality assurance standards, including ISO-9000, and mandates the submission of various certification and inspection reports, such as Ultrasonic and Liquid Penetrant Test Reports, to ensure material integrity and safety for military applications. The awarded contract will be a firm fixed-price supply contract with delivery to Bremerton, Washington, and interested vendors must submit their quotes by May 1, 2025, at 10 AM PDT, with all necessary documentation sent to Lina Cruz at Lina.1.Cruz@DLA.MIL or by phone at 360-813-9267.
CRES ROUND BAR (LEVEL 1 MATERIAL)
Buyer not available
The Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for the procurement of CRES round bars, classified under NAICS 331221 and PSC 9510, with a focus on compliance with stringent military specifications. This procurement is critical for shipboard systems, emphasizing the importance of material quality and safety due to the potential risks associated with failure. Interested vendors must submit fully completed quotes, including compliance with the Technical Data Package and relevant certifications, by 10 AM Pacific Time on November 15, 2024, with delivery expected by January 15, 2025. For further inquiries, potential offerors can contact Kim Vo at kim.vo@dla.mil.
48--VALVE,BALL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two ball valves under solicitation number NSN 4820013750731. The requirement includes delivery to the Puget Sound Naval Shipyard within five days after the order is placed, emphasizing the urgency and importance of these components for naval operations. Ball valves are critical for controlling fluid flow in various military applications, ensuring operational efficiency and safety. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
STAGE PUMP
Buyer not available
The Department of Defense, through the Defense Logistics Agency Maritime Puget Sound, is seeking proposals for the procurement of stage pumps, specifically hydraulic pump kits and related accessories, from the sole source supplier, HYTORC, a division of UNEX Corporation. This solicitation is a total small business set-aside and aims to secure commercial items that meet specified material standards, with a firm fixed-price contract for delivery to the Puget Sound Naval Shipyard in Bremerton, Washington. The procurement emphasizes compliance with security standards, including NIST SP 800-171 for contractors, and requires submission of electronic invoices via the Wide Area Workflow system. Interested vendors must submit their offers by 3 AM on April 24, 2025, and can direct inquiries to Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.
BAR METAL ROUND LEVEL 1
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking quotes for the procurement of Level 1 Bar Metal Round material, specifically identified by National Item Identification Number (NIIN) 01-049-7958. This procurement requires compliance with stringent quality assurance standards, including ISO-9000, and entails the submission of detailed certification data regarding the material's chemical and mechanical properties, as outlined in the Technical Data Package (TDP). The metal bars are critical components for shipboard systems, necessitating rigorous adherence to specifications to prevent defects that could lead to safety hazards. Interested vendors must submit their quotes by 10:00 AM PST on May 1, 2025, and can direct inquiries to Lina Cruz at Lina.1.Cruz@DLA.MIL or by phone at 360-813-9267.
48--VALVE BALL
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of a VALVE, BALL. This item is typically used for controlling the flow of fluid in a system. The place of performance is PSNS FARRAGUT AVE BLDG 514, BREMERTON, WA 98314, US. For more information, contact MARTINE OWENS at 360-476-5363 or martine.owens@dla.mil.
47--HOSE ASSEMBLIES
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking HOSE ASSEMBLIES. HOSE ASSEMBLIES are typically used for various applications in the defense industry. The procurement will be set aside for Total Small Business and will be fulfilled by the DEFENSE LOGISTICS AGENCY. The place of performance is PSNS 1400 FARRAGUT AVE BLDG 514, BREMERTON, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. Electronic submission of quotes is available through the NECO website.
34--TURBO BLOWER
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a TURBO BLOWER. This item is typically used for metalworking machinery. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. Electronic submission of quotes is available through the NECO website.