BELLOWS
ID: SPMYM225Q1423Type: Combined Synopsis/Solicitation
AwardedApr 30, 2025
$62.6K$62,643
AwardeeKijero, LLC Morgan Hill CA 95037 USA
Award #:SPMYM225P1369
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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Award
    BELLOWS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    30--BELLOWS,PRESSURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 77 units of pressure bellows, identified by NSN 3010002941566. This solicitation is part of a combined synopsis/solicitation and is crucial for maintaining mechanical power transmission equipment used in various defense applications. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 0457 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil or access further details through the DIBBS website.
    30--BELLOWS,PRESSURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 32 units of pressure bellows, identified by NSN 3010012005475. This solicitation, categorized under the NAICS code 336412 for Aircraft Engine and Engine Parts Manufacturing, is crucial for maintaining mechanical power transmission equipment used in defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to the DLA Distribution Depot in Oklahoma is set for 578 days after award. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    30--BELLOWS,PRESSURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 59 units of pressure bellows, identified by NSN 3010145532918. This solicitation, categorized under the NAICS code 336350, pertains to the manufacturing of motor vehicle transmission and power train parts, highlighting the importance of these components in mechanical power transmission equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the expectation of delivery to DLA Distribution Warner Robins within 88 days after order placement.
    28--BELLOWS ASSEMBLY ST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Bellows Assembly ST, identified by NSN 2825011832150. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 161 days after order placement, with the approved source being 1RDH5 085830A0005. This procurement is critical for maintaining operational readiness and support for military equipment, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    28--BELLOWS ASSEMBLY ST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six Bellows Assembly St units, identified by NSN 2825011832150. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this procurement is 1RDH5 085830A0005. The Bellows Assembly St is critical for turbine and turbine generator set units, which play a vital role in various defense applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received within 195 days after the award date. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    DUCT,FLEXIBLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting bids for the procurement of flexible ducts, specifically designed for the U.S. Navy. The required ducts must meet specific material specifications, including being black, 2-ply polyester/neoprene coated with a spring steel wire helix, and must be UL-94-V-0 listed and labeled as "FIRE RESISTANT PROPERTY OF US NAVY." This procurement is critical for ensuring the operational readiness and safety of naval equipment, with delivery scheduled to the Puget Sound Naval Shipyard IMF in Bremerton, Washington, in January and February 2026. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), must submit their quotes and comply with various requirements, including registration in SAM.gov and adherence to specified FAR and DFARS clauses, with all inquiries directed to Naomi Larson at naomi.larson@dla.mil.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    20--BUOY,MOORING
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    29--HOUSING,BELLOWS,FUE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 38 units of Housing, Bellows, Fuel (NSN 2915007282318). This solicitation is part of a combined synopsis/solicitation and is classified under the NAICS code 336412, which pertains to Aircraft Engine and Engine Parts Manufacturing. The goods are critical components used in aircraft fuel systems, emphasizing their importance in maintaining operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is required at DLA Distribution Cherry Point within 102 days after order (ADO).
    43--SEAL ASSEMBLY,SHAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 75 units of the Seal Assembly, Shaft (NSN 4320-01-726-2987). This procurement is a Total Small Business Set-Aside, aimed at sourcing components critical for air and gas compressor manufacturing, which play a vital role in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery to the Naval Undersea Warfare Center is set for 20 days after award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.