T-AH Class Pintle Stock Material
ID: N3220525Q2295Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Iron and Steel Mills and Ferroalloy Manufacturing (331110)

PSC

PLATE, SHEET, STRIP, AND FOIL; NONFERROUS BASE METAL (9535)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of T-AH Class Pintle Stock Material, specifically two units of metal items with precise dimensions of 18 inches in diameter and 66 inches in length. These materials must comply with American Bureau of Shipping (ABS) Grade 4 standards and include stringent requirements for chemical composition, testing, and certification to ensure quality and safety for marine applications. Interested vendors must submit their quotes, including detailed pricing and technical specifications, by April 23, 2025, with delivery required by December 15, 2025, to a designated location in Norfolk, VA. For further inquiries, potential offerors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command (MSC) has issued Combined Synopsis and Solicitation notice N3220525Q2307, seeking quotations for commercial products and services under FAR Subpart 12.6. This request is not set aside for small businesses but is designated for Total Small Business, with a limit of 1,500 employees. The primary need is for a specified iron and steel product (CLIN 0001) with precise dimensions, quantities, and delivery requirements, which must be delivered by December 15, 2025, at a designated Norfolk, VA address. Quotations must be submitted by April 16, 2025, at 10:00 AM EDT, with detailed pricing and technical specifications required. The evaluation of submissions will focus on technical capabilities and pricing, with awards given to the lowest-priced, technically acceptable quotes. Compliance with various Federal Acquisition Regulation (FAR) clauses and the use of electronic submission for quotes via email are important aspects of this procurement. The notice also includes stringent requirements concerning the use of covered telecommunications equipment and compliance with Defense Department mandates. Overall, this solicitation underscores the MSC's commitment to acquiring essential materials while ensuring adherence to federal regulations and policies.
    The Military Sealift Command (MSC) has issued a combined synopsis/solicitation, designated N3220525Q2307, for the procurement of specific commercial products and services under the guidelines of the Federal Acquisition Regulation (FAR). This solicitation, specifically not set aside for small businesses, is for the provision of a metal item (CLIN 0001), with dimensions of 18" OD x 66" long as described in MSC drawing 6631352. Vendors are to submit their quotes, inclusive of price and delivery estimates, by April 23, 2025. The delivery is required at a specified Norfolk, VA location by December 15, 2025. Offerors must adhere to detailed submission requirements that include technical specifications and pricing, and quotes will be evaluated based on technical capability and price, ultimately selecting the lowest priced, technically acceptable offer. The document also outlines various FAR clauses, including those related to business ethics, labor standards, and telecommunication prohibitions, which are applicable to this acquisition. It emphasizes the need for compliance with packaging, marking, and duty-free entry requirements. The MSC seeks reliable suppliers capable of meeting these governmental procurement standards while enhancing operational readiness.
    The document outlines a government Request for Proposal (RFP) for the procurement of two units of pintle stock material, specifically designed to meet strict specifications for marine use. Each unit must be 18 inches in diameter and 66 inches long, complying with American Bureau of Shipping (ABS) Grade 4 standards. The contractor is tasked with ensuring the material adheres to specific chemical compositions, including a maximum carbon content, and must coordinate all necessary testing with ABS, delivering detailed results on various chemical elements. Key responsibilities include providing ABS certifications, ensuring inspections allow MSCREP presence with a minimum notice, and submitting access to test files. The contractor is also prohibited from any form of repair welding and must stamp the finished products with critical identification information according to ASTM standards. A detailed Gantt Chart of the project's timeline and verification steps must be provided. Overall, this document emphasizes the stringent requirements for material quality, compliance with maritime standards, and the importance of thorough documentation and testing procedures, reflecting the crucial nature of government contracts in maintaining safety and efficiency in marine operations.
    The document outlines a Non-Disclosure Agreement (NDA) designed for government technical data related to the T-AH CLASS. It specifies that the Offeror, named in the agreement, will receive controlled technical data governed by relevant Department of Defense (DoD) regulations. The Offeror agrees to use the data solely for preparing proposals in response to a specific solicitation and for performing awarded contracts, ensuring compliance with dissemination and export control restrictions. Key responsibilities include safeguarding the data, limiting access to authorized personnel, prohibiting unauthorized distribution, and requiring that any subcontractors similarly adhere to NDA terms. Upon contract award or completion, the Offeror must return or destroy the data and certify its destruction. The NDA reinforces measures to protect sensitive government data, emphasizing accountability and cooperation in managing any unauthorized disclosures, including cost recovery for the government in such cases. This document is crucial within the context of government RFPs and grants, as it ensures the confidentiality and controlled usage of sensitive information by prospective contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    13--PINTLE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 250 units of the PINTLE, identified by NSN: 1355 010903808, through NAVSUP Weapon Systems Support Mechanicsburg. This procurement is part of an Emergency Acquisition Flexibility initiative and requires compliance with various quality assurance standards, including ISO 9001, as well as specific inspection and packaging requirements. The PINTLE is crucial for military applications, particularly in naval operations, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance. Interested parties should direct inquiries to Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil, with all proposals due by the specified deadline.
    SHAFT,SHOULDERED
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of "SHAFT, SHOULDERED" material, designated as Special Emphasis Material for critical shipboard systems. This procurement requires strict adherence to specifications regarding material quality, including quantitative chemical and mechanical analysis, non-destructive testing, and compliance with various military and industry standards such as ISO-9001 and MIL-STD-792. The materials are essential to prevent failures that could lead to serious personnel injury or loss of vital shipboard systems. Interested contractors must submit their offers by 4:30 PM local time on June 12, 2026, and can direct inquiries to Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL.
    Coated Steel Pipe Piles
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of coated steel pipe piles under solicitation number 70Z08426QWOPL0004. The contract requires the fabrication, delivery, and off-loading of 12-inch and 18-inch diameter coated steel pipe piles to various Coast Guard facilities, with a base period from January 15, 2026, to January 14, 2027, and two option periods extending through January 14, 2029. These materials are critical for various construction and maintenance projects within the Coast Guard, ensuring operational readiness and infrastructure integrity. Interested contractors must submit their quotes electronically by 3:00 PM Eastern on December 17, 2025, and can direct inquiries to James Kanash at James.C.Kanash@uscg.mil or by phone at (571)-608-9547.
    20--CRADLE,BOAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (Hull T AO 188). The solicitation is for one unit, with a delivery timeline of 20 days after award, and the approved source for this item is 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels, ensuring they are equipped with necessary marine equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of bent metallic tubes, specifically NSN 4710009066674, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated minimum of one order per year and a delivery requirement of six units within 77 days after order placement. These items are critical for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 133 units of a metallic bent tube, identified by NSN 4710003698772. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 19 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS portal.
    20--DOOR,METAL,MARINE S
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of metal marine doors, identified by NSN 2040012534544. This solicitation is part of a combined synopsis/solicitation and is crucial for maintaining operational readiness in maritime 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 within 157 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    20--COUPLING ASSEMBLY,P
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Coupling Assembly, NSN 2010004061705. The requirement includes a quantity of three units to be delivered to DLA Distribution within 222 days after order placement, with the approved source being 17454 965B407PC1. This procurement is critical for the maintenance and operation of ship and marine equipment, underscoring the importance of reliable supply chains in defense logistics. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    48--CAP,VALVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of various caps and valves, specifically NSN 4810011504924. The requirement includes multiple line items with specified quantities to be delivered to USS Comstock LSD 45, USS Rushmore LSD 47, and USS Ashland LSD 48, all within a tight deadline of five days after order. These components are critical for the operational readiness of naval vessels, underscoring their importance in maintaining fleet capabilities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    HX: Tube; Metallic
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the procurement of 2,000 linear inches of 3/8 OD 0.049" wall MIL-T-16420 copper-nickel alloy metallic tubes under a Total Small Business Set-Aside. This solicitation, identified as N0010425RX19757, requires vendors to demonstrate technical capability, including Non-Destructive Testing procedures, compliance with quality standards, and a delivery schedule of 50 weeks after receipt of order. Proposals must be submitted via email to the primary contact, Sarashea Thibodeau, by October 28, 2025, at 08:00 AM ET, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested vendors must be registered in SAM.gov and provide evidence of past performance on relevant projects completed within the last five years.