Weld, Gauge, and Vent Panels
ID: N4215825QE073Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

NUCLEAR REACTORS (4470)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting quotes for the procurement of weld, gauge, and vent panels, with a focus on specific items manufactured by Swagelok, Inc. This procurement requires vendors to adhere to strict technical specifications, including certification that all items are mercury-free and compliance with designated part numbers, while also ensuring proper packaging and labeling for delivery. The solicitation emphasizes the importance of quality and accountability in acquiring essential nuclear components, with a particular focus on promoting participation from economically disadvantaged women-owned small businesses (EDWOSB). Interested vendors must submit their quotes and completed Technical Capability Statements by 11:00 AM on August 8, 2025, and can direct inquiries to John E. Faircloth at john.e.faircloth2.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@navy.mil.

    Files
    Title
    Posted
    The document outlines a continuation report pertaining to a government contract involving a specific supply item, a weld panel. The contractor must provide an item identified by a particular part number (P/N) and adhere to a mercury-free clause, ensuring environmental compliance. It also mandates a certificate of compliance and requires clear markings on both the item and the shipping container to facilitate traceability. The report emphasizes the strict adherence to specified requirements and the prohibition of substitutes for the specified part. This document is a part of the federal government’s procurement process, highlighting the formal requirements and compliance measures essential for contractors supplying technical products to federal agencies.
    This continuation report details a government procurement for a specific type of panel, designated with part number DIBRT-031020-FIG11, under contract N42158-5174ZN02. The document specifies that one unit will be supplied, accompanied by strict compliance regulations such as the invocation of a mercury-free clause and a certificate of compliance. It outlines vendor responsibilities, including marking the correct part number on the item itself and ensuring that the purchase order number is clearly visible on the shipping container's exterior. This procurement reflects standard procedures in government Requests for Proposals (RFPs), emphasizing compliance and accountability in the supply chain while ensuring that specific materials meet safety and regulatory standards.
    This continuation report details a purchase order related to a specific item, a drain manifold with particular modifications and requirements. The item, listed under contract number N42158-5174ZN03, is specified to be mercury-free and compliant with a certificate of compliance clause. The vendor is instructed to clearly mark both the part number and the purchase order number on the exterior of the shipping container. This document underscores the federal government's emphasis on compliance and precise specifications in contracts, ensuring the procurement process adheres to safety and quality standards. The report is concise, addressing necessary details without superfluous information, aligning with the structured approach typical of government RFPs and contract management documentation.
    This document is a continuation report related to a procurement process for a specific panel identified as SC11 cleaned, associated with the Swagelok part number DIBRT-031020-FIG13. The report details the order specifications, including a requirement for the vendor to clearly mark the part number and purchase order number on both the item and the shipping container. It includes a mention of compliance with mercury-free standards and requires a certificate of compliance from the vendor. This document forms part of the federal government's request for proposals (RFP), highlighting the structure and necessities of government contracting processes. Adherence to safety and identification protocols illustrates the government's commitment to regulatory compliance, ensuring that supplies meet specific industry standards.
    This continuation report outlines a contract for the procurement of a specific panel item, identified by part number 9B 4470 LL-R00-3816, which adheres to strict requirements regarding compliance and safety. The vendor is required to ensure that both the correct part number and the purchase order number are visibly marked on the item and its shipping container. Notably, the report invokes a "Mercury Free Clause" and a "Certificate of Compliance Clause," indicating the item must meet environmentally safe standards prior to delivery. These stipulations suggest a commitment to safety and regulatory adherence typical within government contracting processes. Overall, the document reflects standard practices for federal and state RFP engagements, emphasizing compliance and vendor responsibilities.
    This continuation report details a procurement for a specific component, the "Panel Ball Valve-Tee Weld Assembly," identified by part number ASSEMBLY-55975 from Swagelok. The report highlights that the vendor must ensure correct part identification and include the purchase order number visibly on the shipping container. Notably, it enforces a "Mercury Free Clause" and a "Certificate of Compliance Clause." The order involves a quantity of one unit, with instructions indicating no substitutes are permitted. The document emphasizes compliance with the specified standards and thorough communication regarding the shipment, reflecting the rigorous requirements typical of federal procurement processes. Overall, the report serves to ensure accountability and quality assurance in governmental contracting practices.
    This continuation report details a purchase order for gauge panels from a contractor, specified under contract number N42158-5174ZN07. The order includes two units of the gauge panel with specific part numbers and compliance clauses. Key directives require the vendor to clearly mark the correct part number and the purchase order number on the items and their shipping containers. Additional clauses indicate that the provided items must be mercury-free and accompanied by a certificate of compliance. The document underscores the importance of compliance with environmental and safety standards, reflecting standard practices in federal procurement processes for supplies. It illustrates the government's methodical approach to ensure quality and compliance in its acquisitions.
    This continuation report details a federal procurement involving the acquisition of a gauge panel, specifically Swagelok part number DIBRT-031020-FIG8. It mandates strict adherence to specifications, stating that no substitutes are permitted, and invokes a mercury-free clause, requiring a certificate of compliance from the vendor. The contractor must ensure that the correct part number and purchase order number are clearly marked on both the item and its shipping container. This document reflects the structured procedural requirements of government RFPs, emphasizing compliance with detailed regulations and specification standards in federal contracts. The clarity and explicit instructions within the report aim to uphold quality and safety standards in government procurement processes.
    The document is a continuation report related to a federal contract, focusing on the procurement of a specific item, the CD-7 Drain Panel, identified by the part number (P/N) DIBRT-022120-FIG3.A. The report outlines the supply details, including a single unit requirement, and stipulates that no substitutions of the item are permitted. It emphasizes the adherence to a mercury-free clause and a certificate of compliance, ensuring that environmental regulations are met. Furthermore, it mandates that the vendor appropriately label the part number and purchase order on the item and its shipping container. This report reflects the government's commitment to strict specifications in procurement processes, especially those involving health and safety standards, and underlines the importance of regulatory compliance in federal contracts.
    This continuation report is associated with a federal contract and outlines the specifications for a gauge panel product required by the government. The item, designated with part number 4470 LL-R00-3522, must conform to specific standards, including not allowing substitutes, being mercury-free, and including a certificate of compliance. The contractor is responsible for clearly marking the necessary part number and purchase order number on the shipping container. The report emphasizes these conditions and the associated quantity and pricing, showcasing the attention to detail and regulatory adherence required in government procurement processes. The document serves to ensure accountability and compliance in delivering specialized equipment for government operations.
    This continuation report pertains to a federal procurement process for a specific vent panel, identified with the part number 4470 LL-R00-3513. The contractor must supply the CP-14/15 vent panel that meets outlined specifications, including the use of Dow Corning 4 lubricant, and adhere to referencing standards with a marked drawing revision. The quantity required is two units, with an emphasis on ensuring compliance with the "no substitutes" policy. The vendor is obligated to clearly mark both the correct part number and the purchase order number on the shipping container. Additionally, protocols for mercury-free materials and a certificate of compliance are invoked to ensure safety and regulatory adherence. This report encapsulates the specific requirements and regulations surrounding federal procurement, emphasizing accountability and compliance standards for contractors in government projects.
    This continuation report details a procurement request for a specific component, the Drain Manifold (Assembly-18657), as part of a government contract. The item is classified under the contract number N42158-5174ZN12, with a quantity of two units required. Key specifications include strict adherence to the part number without substitutes and compliance with mercury-free and certification clauses. Vendors are instructed to clearly mark the part number on the items and the purchase order number on shipping containers. This document is part of the federal government’s initiative to procure high-standard supplies while ensuring compliance with safety and environmental regulations, consistent with established federal RFP practices.
    The document is a continuation report related to a federal government procurement process, specifically focusing on the order for specialized panels. The report details a request for the purchase of four non-welded upper and lower tee panels, identified by a specific part number (P/N DIBRT-010615-FIG17), emphasizing that no substitutes are permitted. Additionally, it invokes a mercury-free clause and a certificate of compliance clause to ensure environmental and regulatory standards are met. Vendors are instructed to clearly mark the part number and purchase order number on the packaging for clarity during shipping. This report is indicative of the strict compliance and specificity often required in government contracts, highlighting the importance of adhering to precise technical specifications and compliance measures in procurement activities. The structured format of the document underscores its formal nature within the government RFP framework.
    The document presents a continuation report for a federal government contract involving the procurement of specific welding panels identified by part number DIBRT-061520-FIG18. The item is referenced as the PF SP lower panel, with a required quantity of two units. It specifies that no substitutes are allowed and emphasizes compliance with a mercury-free clause and a certificate of compliance clause. Additional requirements for the vendor include marking the part number and purchase order number clearly on the shipping container. This report is part of standardized procurement processes aimed at ensuring quality and regulatory compliance, reinforcing the importance of specific guidelines in government contracting.
    This continuation report outlines the details of a procurement related to a specific contract (N42158-5174ZN15) involving the supply of MVSP Middle Tee Panels. The report references item number 0001, specifying a quantity of two panels made with particular specifications (Sc11 cleaned and Dow Corning 4 lube, non-welded) and includes a requisite statement regarding the prohibition of substitutes. Additionally, it invokes a mercury-free clause and requires a certificate of compliance, signaling adherence to environmental and safety standards. The vendor is instructed to mark the correct part number and the purchase order number clearly on both the item and the shipping container. This documentation is part of federal procurement processes aimed at ensuring quality compliance and accurate delivery in governmental contracting.
    This continuation report details a procurement request for specific materials as part of a government contract. The item in question is a "Panel Ball Valve-Tee Weld Assembly" with strict specifications, including a Mercury-Free clause and a certificate of compliance requirement. The contractor is instructed to ensure the correct part number is clearly marked on the item, as well as the purchase order number on the shipping container. The order includes a quantity of two units. The document emphasizes the importance of compliance with these standards, reflecting the government's focus on quality and safety in procurement processes. This report serves to confirm ongoing commitments to these specifications and to guide vendors in fulfilling their contractual obligations.
    The document is a continuation report for a federal procurement, detailing a specific contract involving the supply of a boundary panel with precise specifications. The item required is a welded boundary panel featuring a 1/4" male flare inlet and a 1/2" male flare outlet, complete with Swagelok drains. Important clauses include a "Mercury-Free Clause" and a "Certificate of Compliance Clause." The report emphasizes the vendor's responsibility to clearly mark both the part number and the purchase order number on the item and its shipping container. This document serves as part of the federal government’s procurement process, ensuring compliance with quality and safety standards while facilitating the tracking and accountability of supplies critical to government projects.
    This continuation report details a federal procurement for specific cleaning and maintenance equipment, particularly the S8G panel mounted with a globe valve. The document specifies the quantities (2 each) and the mandatory use of Swagelok part number DIBRT-050820-FIG16, with strict conditions against substitutions. Critical clauses regarding mercury-free standards and a certificate of compliance are invoked, emphasizing safety and regulatory adherence. Additionally, the report outlines the expectations from the vendor, requiring clear markings for both the part number and the purchase order number on the shipping container. This summary underscores the report's purpose as part of a broader government contracting process, emphasizing compliance with safety standards and precise specifications in federal procurements.
    The document outlines Solicitation #N4215825QE073 for the procurement of various panels, drains, and welding components, emphasizing strict adherence to technical capabilities and specifications. Key requirements include certification that all items are mercury-free, compliance with specified part numbers, clear marking of the purchase order on shipping containers, and prohibition of substitutes. The solicitation details 18 specific items, each with set quantities and corresponding Swagelok part numbers, requiring SC11 cleaning protocols, and, in some cases, specified lubricant conditions. Vendors are required to complete a certification statement affirming compliance with the solicitation's specifications and responsibilities. This solicitation reflects federal procurement processes aimed at ensuring quality and accountability in the acquisition of technical components, aligning with standard practices in government requests for proposals (RFPs).
    The document outlines the Women-Owned Small Business (WOSB) solicitation for commercial products and services related to the procurement of various nuclear components by the Norfolk Naval Shipyard. The requisition, numbered N4215825QE073, is set to issue on August 8, 2025, with offers due by 11:00 AM on the same day. The solicitation covers both specific items, like weld panels and drain manifolds, and their respective qualifications, including manufacturer part numbers and compliance with the Defense Federal Acquisition Regulation (DFARS) requirements. Crucially, all items must adhere to certain conditions such as the mercury-free clause and certification of compliance. The contract is primarily set aside for economically disadvantaged women-owned small businesses (EDWOSB), and it emphasizes the importance of proper packaging, labeling, and compliance with delivery schedules. The government’s contracting office points of contact, including John Faircloth, are provided for further inquiries. The document underscores the federal government’s commitment to promoting small businesses in its procurement process while ensuring rigorous compliance with federal regulations. This solicitation serves as an opportunity for eligible businesses to participate in government contracting for essential supplies and services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ROTARY SWITCH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard IMF, is soliciting offers for 22 rotary selector switches, specifically part number 6981ED200-283, under solicitation number N4523A26Q5704. The procurement is set aside for Women-Owned Small Businesses (WOSB) and requires compliance with strict specifications, including the exclusion of mercury in supplied hardware. These switches are critical components for shipyard operations, emphasizing the importance of adhering to established technical requirements. Interested vendors must submit their offers by December 10, 2025, at 11:00 AM, with a desired delivery date of January 23, 2026, and a required delivery by January 30, 2026. For further inquiries, contact Carolyn J. George at Carolyn.George@Navy.mil or call 360-979-9876.
    48--PARTS KIT,BALL VALV
    Buyer not available
    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.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    HX: 4.00 Inch SCH 120 Pipe
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotations for the procurement of 960 linear inches of 4-inch SCH 120 metallic pipe, as part of a total small business set-aside initiative. This procurement is critical for various construction and maintenance projects within the shipyard, emphasizing the need for high-quality materials that meet specific technical and quality standards, including Non-Destructive Testing procedures. Interested vendors must submit their quotations by January 1, 2026, at 8:00 AM ET, via email to the primary contact, Sarashea Thibodeau, and must be registered in SAM.gov. The evaluation will be based on the Lowest Price Technically Acceptable criteria, considering factors such as technical capability, delivery schedule, price, and past performance.
    48--VALVE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of valve assemblies. This procurement involves the refurbishment of critical shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for adhering to stringent quality assurance and inspection requirements, with a focus on maintaining traceability and compliance with classified documents. Interested parties must submit their offers by 4:30 PM EST on September 5, 2025, and can direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
    Bridle Air System Components
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals from qualified small businesses for the procurement of various stainless steel components for the Bridle Air System. The solicitation, identified as N62789-26-Q-0006, includes a range of items such as threaded pipe fittings, pipe nipples, and on/off valves, with specific requirements for materials and dimensions, to be delivered to SUBASE New London, Connecticut by March 13, 2026. This procurement is critical for maintaining operational readiness and functionality within naval systems, emphasizing the importance of high-quality materials and timely delivery. Interested offerors must submit their proposals electronically by December 18, 2025, at 5:00 PM EST, and can direct inquiries to Stephanie Brass or Stephanie Neale at the provided contact information.
    48--VALVE ASSEMBLY - AND SIMILAR REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of valve assemblies and similar replacement parts. The contract will require the manufacture of these components in compliance with stringent quality and inspection standards, including the prohibition of mercury contamination, as they are intended for use on submarines and surface ships. This procurement is critical for maintaining operational readiness and safety within naval operations. Interested vendors must submit their proposals via email to the primary contact, Lamar R. Crummel, at LAMAR.R.CRUMMEL.CIV@US.NAVY.MIL, with a focus on compliance with the outlined specifications and requirements. The contract type is firm fixed price, and the solicitation includes specific delivery timelines and quality assurance measures.
    SWAGE KIT ASSEMBLY
    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 assembly of a swage kit under a presolicitation notice. This procurement will be conducted on a full and open competition basis, with the intention of awarding a firm-fixed price supply contract, primarily aimed at small businesses as indicated by the total small business set-aside designation. The swage kit is crucial for military operations, emphasizing the importance of reliable power-driven hand tools in maintaining operational readiness. Interested parties should prepare to submit their proposals by December 11, 2025, following the solicitation's expected posting on SAM.gov around December 8, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at denise.e.manor.civ@us.navy.mil.
    PARTS KIT,BALL VALV
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for a Parts Kit for a Ball Valve, which is critical for shipboard systems. The procurement includes specific requirements for materials and certifications, emphasizing the importance of quality assurance due to the potential consequences of using incorrect or defective materials. The contract is set to be awarded based on evaluations of past performance, with a deadline for offers extended to 4:30 PM local time on December 16, 2025. Interested vendors can reach out to Amanda Gowdy at 771-229-0446 or via email at AMANDA.A.GOWDY.CIV@US.NAVY.MIL for further details.