Deadlines-soon watchlist: Navy WSS manufacturing buy, USCG fire protection testing, MSC flange assembly, and more
Related opportunities
Executive takeaway
Several notices posted on 2026-01-29 have response deadlines coming up quickly, and they span very different lanes: (1) a Navy NAVSUP WSS requirement for manufacturing CLN AGT, AXAREL with government source inspection and a stated 90-day delivery, (2) a USCG Base New Orleans small-business set-aside for NFPA-compliant fire protection system inspections and testing priced across a base year plus four option years, and (3) individual ship/parts buys plus construction opportunities with their own eligibility gates.
What the buyer is trying to do
CLN AGT,AXAREL (NAVSUP WSS Mechanicsburg)
The Navy is buying a manufactured item identified as CLN AGT,AXAREL. The snippet indicates fixed-price inspection terms, FOB destination, Wide Area Workflow invoicing, special shipping/marking instructions, and a requirement for government source inspection.
USNS GRASP CPP Flange Assembly (MSC)
Military Sealift Command is seeking a CPP bolt flange assembly for USNS GRASP (as described in the snippet).
Fire Alarm Suppression System Services (USCG Base New Orleans)
The Coast Guard is seeking qualified vendors/individuals to perform inspections and testing for fire protection systems in compliance with NFPA at USCG Base New Orleans. The buyer emphasizes reviewing the performance work statement and recommends a site visit to understand existing conditions.
Other deadline drivers in this batch
This set also includes a bridge crane replacement notice, a restricted-access NAVFAC project limited to specific MACC holders, a DLA Disposition Services one-time sale of a used firefighting truck overseas, and two longer-horizon engineering/services presolicitation-style items.
What work is implied (bullets)
- Navy NAVSUP WSS (CLN AGT,AXAREL):
- Manufacture the CLN AGT,AXAREL per the contract/purchase order and applicable documents (verify in attachments).
- Plan for government source inspection per FAR 52.246-2 (explicitly required in the snippet).
- Meet stated delivery in 90 days.
- Execute packaging/shipping per special shipping and marking instructions and deliver FOB destination to the DODAAC location(s) specified in consignment instructions.
- Invoice via WAWF using the “Invoice and Receiving Report (Combo)” workflow as described (details TBD/see schedule in the snippet).
- Pull and review drawings from SAM.gov using the solicitation number (as instructed in the snippet).
- MSC (USNS GRASP CPP Flange Assembly):
- Supply the specified CPP bolt flange assembly (details beyond the snippet: verify in attachments/solicitation).
- USCG Base New Orleans (Fire protection inspections/testing):
- Perform inspections and testing of fire protection systems in accordance with NFPA and the performance work statement.
- Prepare a quote that includes total pricing for the base year and all option years (one base year + four one-year options are stated).
- Strongly consider a site visit to take field measurements/evaluations and understand existing conditions (recommended; mandatory to examine the PWS).
- Be ready for a firm-fixed-price purchase order and award to the lowest bidder (as stated).
- Bureau of Reclamation (Folsom Warehouse – bridge crane replacement):
- Bridge crane replacement work is implied by title (scope details not provided in snippet; verify in attachments).
- NAVFAC (P-1458 2nd Radio Battalion Complex, Phase 2):
- Design and construct facilities at Camp Lejeune, NC: a parachute maintenance facility (including washing area/drying tower) and a supply warehouse, plus associated systems (fire alarm, security, HVAC, plumbing, storm drainage, etc.) as described.
- Comply with Base Exterior Architecture Plan (Georgian/Colonial revival) and ATFP requirements as stated.
- Note: eligibility is limited to holders of a specific MACC (see “Who should bid / who should pass”).
- DLA Disposition Services (Used firefighting truck sale, Camp Lemonnier, Djibouti):
- Submit a bid meeting the minimum bid requirement stated.
- Pay in full prior to removal and coordinate removal within the stated timeframe after customs clearance.
- Arrange installation access for the apparent high bidder or agent.
- USACE (Vertical A-E design MATOC presolicitation):
- Prepare to submit SF330 qualifications for a vertical A-E MATOC covering the USACE South Pacific Division area of responsibility.
- Support a range of A-E work for primarily vertical construction projects (pre-design and design services are referenced; details continue beyond snippet).
Who should bid / who should pass (bullets)
- Bid (good fit) if you:
- Are a small business positioned to manufacture and deliver the Navy item and can support government source inspection and a 90-day delivery window (CLN AGT,AXAREL).
- Are a small business fire protection testing/inspection provider able to perform NFPA-compliant inspections/testing and price a base year + four option years (USCG Base New Orleans).
- Are a marine/industrial parts supplier able to furnish a CPP bolt flange assembly for MSC (verify full specs in solicitation).
- Are an A-E firm planning ahead for USACE SF330 submissions for a vertical design MATOC (unrestricted and small business reserve pools are described).
- Are a qualified buyer for surplus equipment with overseas logistics capability and can meet removal/access constraints (used firefighting truck sale).
- Pass (or be cautious) if you:
- Cannot accommodate government source inspection at your facility or cannot meet the Navy’s stated delivery/shipping expectations.
- Cannot visit/verify site conditions (or cannot price confidently) for the USCG fire protection work after reviewing the PWS.
- Are not one of the specifically authorized MACC holders for the NAVFAC Camp Lejeune design/construction project (the notice states only those contract numbers may propose).
- Do not have a path for overseas pickup/customs/base access for the Djibouti surplus truck sale.
Response package checklist (bullets; if unknown say “verify in attachments”)
- For Navy CLN AGT,AXAREL:
- Technical compliance with all applicable documents and drawings (drawings to be accessed via SAM.gov using the solicitation number).
- Plan/statement supporting government source inspection (process, location, readiness).
- Delivery schedule confirming 90 days (or better, if feasible).
- Shipping/marking approach aligned to special shipping and marking instructions and DODAAC consignment notes.
- Invoicing capability via WAWF (Invoice and Receiving Report Combo) and acknowledgement of inspection/acceptance points (TBD/see schedule).
- Representations and certifications as required (verify in attachments).
- For USCG fire protection inspections/testing:
- Quote with total price for the base year and all option years.
- Evidence you reviewed the performance work statement (mandatory to examine per notice).
- Approach to NFPA-compliant inspections/testing (verify specific NFPA references in attachments/PWS).
- SAM.gov active registration confirmation (explicitly required).
- Any site visit documentation if performed (recommended; verify if required in attachments).
- For all others:
- Follow solicitation instructions and include required forms/attachments (details not in snippet; verify in attachments).
Pricing & strategy notes (how to research pricing; do not invent pricing numbers)
- Navy manufacturing buy: Start with your fully burdened unit cost build-up (materials, labor, QA, packaging) and add explicit cost/time for government source inspection readiness and any rework risk. Validate shipping cost responsibility carefully—this notice states the contractor is liable for all shipping expenses to DODAAC location(s) in consignment instructions.
- USCG fire protection services: Price the base year and each option year intentionally (don’t copy/paste the same assumptions without confirming inspection/testing frequency and asset counts in the PWS). The notice states award to the lowest bidder on a firm-fixed-price basis, so tighten scope assumptions by mapping line-by-line to the PWS and using the site visit (if you do one) to reduce unknowns.
- Ship parts (MSC): If this is a brand-name or form/fit/function constrained part, confirm required part identifiers in the solicitation before discounting. If substitutions are allowed, verify documentation requirements in attachments.
- Construction/design-build/design-bid-build: For the NAVFAC project, eligibility is the first gate; if you qualify, price strategy should account for architectural/ATFP constraints described. For the crane replacement, pull full scope before committing to a number.
Subcontracting / teaming ideas (bullets)
- Navy CLN AGT,AXAREL:
- Team with a machine shop or specialty manufacturer that already supports government source inspection routines.
- Use a packaging/shipping partner familiar with DODAAC consignment instructions and defense marking requirements (verify exact requirements in attachments).
- USCG fire protection:
- Partner with a local service provider for surge capacity, access coordination, or specialized system testing if the PWS covers multiple system types (verify in attachments).
- USACE A-E MATOC planning:
- Consider teaming to broaden vertical design coverage across the stated SPD geography and to cover specialized disciplines referenced in task orders (details to be confirmed when solicitation is released).
Risks & watch-outs (bullets)
- Deadline data anomaly: Some notices show response deadlines dated in 2025 while posted in 2026. Treat deadlines as must-verify immediately in the official solicitation to avoid missed submissions.
- Navy CLN AGT,AXAREL:
- Government source inspection can be a schedule driver—confirm lead time, inspection readiness criteria, and any hold points in the full package.
- Shipping cost responsibility is explicitly pushed to the contractor for DODAAC locations—don’t underprice logistics.
- Drawings are referenced as being on SAM.gov; ensure your team can access and interpret them quickly.
- USCG fire protection:
- The PWS must be reviewed and a site visit is recommended—pricing without validating existing conditions can create avoidable risk on a firm-fixed-price, lowest-bid award.
- NAVFAC Camp Lejeune project:
- Hard eligibility restriction: only specific MACC contract holders may propose (per the notice). If you’re not on that vehicle, treat this as a teaming/market intel item.
- DLA surplus truck sale (Djibouti):
- Removal timing is tied to customs clearance and installation access; overseas logistics and base access constraints can make or break the deal.
Related opportunities
- CLN AGT,AXAREL
- USNS GRASP CPP Flange Assembly
- Fire Alarm Suppression System Services for USCG Base New Orleans
- Z--Folsom Warehouse - Bridge Crane Replacement
- P-1458 2nd Radio Battalion Complex, Phase 2, Parachute and Supply Facilities
- 31-5006 Used Firefighting Truck Camp Lemonnier, DJI- Bid abstract posted
- Test, Evaluation, and Support Team 4 (TEST4)
- $230M Regional AE Vertical Design MATOC
- CABLE ASSEMBLY, POWE
How to act on this
- Pick your lane: manufacturing (Navy), fire protection services (USCG), ship parts (MSC), construction/vehicle sale, or longer-horizon A-E planning.
- Open the full solicitation/PWS/drawings and verify the response deadline (especially where posted date and deadline year appear inconsistent).
- Build a compliance matrix from the attachments and draft your quote/proposal around only what’s required.
- If pursuing the USCG work, schedule the recommended site visit early enough to still finalize pricing.
- If you need a fast go/no-go and compliance review support, engage Federal Bid Partners LLC to pressure-test eligibility, required forms, and submission completeness before you send.