TUBE,METALLIC
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 16, 2026. Industry: NAICS 331420 • PSC 4710.
Market snapshot
Awarded-market signal for NAICS 331420 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 331420
Description
CONTACT INFORMATION|4|N711.16|WVP|N/A|jocelyne.dzonangfouego.civ@us.navy.mil | ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014)|1|See specifications Section C and Section E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|TBD|N50286|TBD|N/A|N/A|N/A|N/A|N/A|N/A|See form DD1423 || NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||x| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|331420|1050 Employees|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| 1.This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2.The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3.All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be 'issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government?s acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4.If requirement will be packaged at a location different from the offeror?s address, the offeror shall provide the name, street address, and CAGE of the facility. 5.Any contract awarded as a result of this solicitation will be ;DO; certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6.If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 8.Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 9.Evaluation for the award of the proposed requirement will be based upon the lowest aggregate total price submitted for the total quantity. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B666 | | | |201101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=SAE AMS 2806 | | |C |080301|A| | | DOCUMENT REF DATA=SAE AMS 2807 | | |A |000901|A| | | DOCUMENT REF DATA=SAE AMS 2809 | | |A |070801|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=SAE AMS-STD-185 | | | |000901|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-T-16420 | | |K |880916|A| 1| | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in MIL-T-16420, except as amplified or modified herein. MIL-T-16420 ordering data information is provided below: (a) Tube, copper-nickel alloy, seamless and welded (copper alloy numbers 715 and 706); MIL-T-16420. (b) Composition - 70/30 (copper alloy no. 715) Temper - Annealed Type - I (seamless) Class - ;6000 Special; Grade - 2 (c) Hydrostatic pressure test is required. (d) Alternate nondestructive testing ;is not; required. (e) Ultrasonic Test of Class 50 and 200 tubing is not applicable. (f) Ultrasonic test for flat products is not applicable to this contract/purchase order. (g) Magnetic permeability testing for alloy 706 tube is not applicable. (h) Outside diameter of standard size tubing - ;N/A; Minimum wall thickness of standard size tubing - ;N/A; (i) Outside diameter of nonstandard size tubing - ;0.250 Inch; Minimum wall thickness of nonstandard size tubing - ;0.065 Inch; (j) Tubing must be supplied in mill lengths, unless specific lengths are specified elsewhere in the contract/purchase order. (k) Tube marking is required as specified elsewhere in the contract/purchase order. (l) Quality assurance requirements must be as specified elsewhere in the contract/purchase order. (m) Hydrostatic test pressure for special class tubing - ;9,000 PSI; minimum, ;9,000 PSI; maximum. (n) Level of shipment, preservation, packaging, and packing must be as specified elsewhere in the contract/purchase order. (o) Maximum gross weight of container - container requirements must be as specified elsewhere in the contract/purchase order. NOTE: MIL-T-16420 Conformance Requirements and Testing Sheet is available as CSD204 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/) 3.2 Bar, Pipe, and Tube Quantities - When this order results in supplying fewer than 5 pieces as defined in the "Length" paragraph above, all material must be from a single heat of material. 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Test - ;Hydrostatic Test; Item - ;TUBE; Performance - ;MIL-T-16420 (Each TUBE) for a minimum of 5 minutes; Acceptance - ;MIL-T-16420; Test - Ultrasonic Inspection Item - Tubing Performance - T9074-AS-GIB-010/271 and MIL-T-16420 Acceptance - MIL-T-16420 Attribute - Certificate of Compliance for seamless tubing/pipe Item - ;TUBE; Performance - Material supplied must be in the seamless condition. 3.4 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.5 Dimensional Examination - All tubes must be dimensionally examined per MIL-T-16420. In lieu of examining both ends of a tube, only one end of each tube is required. Upon receipt inspection, rejection of any single piece must be cause for rejection of the entire lot. 3.6 Change to Table VII of MIL-T-16420: The column headed "longer lengths (max)" in all classes of Table VII must be changed to read "longer lengths (min)". All rows in aforementioned column reading "25" must be changed to read "20". The maximum length must be 25 feet per paragraph 3.8.5.2 of MIL-T-16420. Example: Class 700 tube having O.D. of .540 and wall thickness of .065 must be supplied with a minimum length of 12 feet, with 80% (by weight) in lengths of 20 to 25 feet. 3.7 MIL-T-16420 UT Changes - Delete paragraph 3.4.3.4 and substitute: "3.4.3.4 Laminations. Tube required to meet the ultrasonic requirements specified in 3.4.3 must be examined for laminar discontinuities that present indications exceeding exploration threshold levels (20 percent for the contact method at +6 db; 30 percent for the immersion method at calibration) must be rejected." 3.7.1 In the second sentence of paragraph 4.4.7; delete "18 inch" and substitute "1 inch". In the last sentence, insert "3.4.3.4 and" before "3.8.2". 3.8 Changes to MIL-T-16420 Mechanical Properties (Table II): Copper Alloy Outside Tensile Yield Strength Elongation in and Temper Diameter Strength (.5% under load) 2" or 4x dia. 715 (70/30)...All.......50,000....18,000............30.0% (min) Fully Sizes Annealed 3.9 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.9.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.9.2 Requests for Waivers/Deviations for NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.9.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of theproduct. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineeringchange. 3.10 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.11 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.12 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.12.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.13 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.14 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.14.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.14.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the Contracting Officer or his authorized representative. 3.14.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.14.4 This contract provides for the performance of Government Quality Assurance at destination. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. 3.14.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.15 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.15.1 The supplier's gages, measuring and test equipment must be made available for use by the Government when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.15.2 All documents and reference data applicable to this contract must be available for review by the Government. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government. 3.16 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.