- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
BAR,METAL
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 25, 2026. Industry: NAICS 331491 • PSC 9530.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 331491 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 112 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 331491
Description
CONTACT INFORMATION|4|N743.4|WVB|1 771-229-0743|amanda.l.bailey50.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||X||X||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo-Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040|N50286|TBD|133.2|N/A|N/A|S4306A - Material|N/A|N/A|See DD1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY .MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|365 days after acceptance of material|365 days after acceptance of material||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| WARRANTY OF DATA-BASIC (DEVIATION 2026-O0035) (FEB 2026)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEV 2026-O0037)(FEB 2026)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. Data Item A001 (inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mech. 2. NAVSUP WSS Mech will be considering past performance in the evaluation of offers in accordance with DFARS 252.204-7024. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS after receipt Final delivery of material (365 days) Please quote actual delivery days Early and incremental delivery is acceptable at no additional cost to the Government. 4. A variation in the quantity of any item called for by this contract will notbe accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, the permissible variation shall be limited to +0% / -5% and applies to the total contract quantity. 5. FAR 52.232-25(a)(5), entitled Prompt Payment, Constructive Acceptance ischanged from 7 days to 45 days after delivery of the supplies in accordancewith the terms and conditions of the contract. 6. This requirement has no Government source inspection. Inspection and Acceptance will occur at destination/destination. 7. This procurement is issued pursuant to Emergency Acquisition Flexibilities. \ 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-B150 | | | |190401|A| | | DOCUMENT REF DATA=ASTM-B249 | | | |200401|A| | | DOCUMENT REF DATA=ASTM-B666 | | | |201101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |120223|A| |01| 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=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| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchaseorder must meet the requirements as specified in ASTM-B150, and ASTM-B249, except as amplified or modified herein. Ordering data information (ASTM-B150 and specific) is provided below: ASTM-B150: 3.1.1 Alloy - ;C63000; 3.1.2 Welding application material is not applicable. 3.1.3 Quantity, total weight, footage and number of pieces must be as specified elsewhere in the Contract/Purchase Order. 3.1.4 Certification is required and must be as specified elsewhere in the Contract/Purchase Order. 3.1.5 Mill test reports are required and must be as specified elsewhere in the Contract/Purchase Order. 3.1.6 Specific shapes are not applicable. SPECIFIC: TEMPER - ;M20, M30, 020, O25, O30, or HR50; regardless of temper, the mechanical requirements for HighStrength Rod are required.; FORM - ;Bar; SIZE - ;4 1/2 inches (Round); LENGTH - Under 5" dia. = 8 feet min / 12 feet max (plus or minus 10%) 5" dia & over = 5 feet min / 12 feet max (plus or minus 10%) OR as specified elsewhere in the contract/purchase order. A. Edge contours must be as specified in ASTM-B249. B. Straightness must be as specified in ASTM-B249. 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 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. 3.4 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. 3.4.1 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. 3.4.2 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/ 3.4.3 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. 3.5 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.6 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. 3.6.1 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. 3.6.2 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. 3.6.3 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. 3.6.4 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. 3.6.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.7 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. 3.7.1 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. 3.7.2 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. 3.8 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 (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Prime Contractor who will notify the PCO so that appropriate planning for Government inspection can be accomplished. 3.8.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.8.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.8.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.8.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.8.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.9 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.9.1 Visual examination upon receipt to detect damage during transit. 3.9.2 Inspection for completeness and proper type. 3.9.3 Verification of material quality received. 3.9.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.9.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.9.6 Identification and protection from improper use or disposition. 3.9.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.9.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.9.9 Material returned to the contractor must be handled as GFM. 3.10 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.10.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in the contract/purchase order. 3.11 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.12 Material Marking for Traceability and Identification - The following are the minimum marking requirements. In addition to the marking requirements on applicable specifications, marking for traceability is required. Pipe, Tube, and Metal Bar must have both permanent marking and temporary marking applied as specified below. 3.12.1 Permanent marking - Permanent traceability marking must be marked on each end of each pipe, tube, and metal bar. (MONEL and K-MONEL bar: 3/4 inch to 1 inch rods, and 7/8 inch hex bar may be marked on the surface near the end of bar/rod, and rod less than 3/4 inch and hex bar less than 7/8 inch may be bundled and tagged or boxed with the traceability marking on the tag or box.) Al…
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.