Skip to content
Department of Defense

WELDING ROD

Solicitation: N0010423QFE78
Notice ID: ead7a5becc6e44f385d7d30006abac3f
TypeSolicitationNAICS 333992PSC3439DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedJan 30, 2026, 12:00 AM UTCDueFeb 12, 2026, 08:30 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 12, 2026. Industry: NAICS 333992 • PSC 3439.

Market snapshot

Awarded-market signal for NAICS 333992 (last 12 months), benchmarked to sector 33.

12-month awarded value
$577,358
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$41,530
P10–P90
$29,559$64,109
Volatility
Volatile83%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($577,358)
Deal sizing
$41,530 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
Telephone:
Email
AMANDA.L.BAILEY50.CIV@US.NAVY.MIL
Phone
7176053354

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 333992

Description

CONTACT INFORMATION|4|N743.49|WVL|7176052147|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| VARIATION IN QUANTITY (APR 1984)|3|0|5|| 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 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|N39040|N/A|N/A|SEE DD FORM 142 3 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| 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||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (JAN2023))|3|||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|333992|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. The offer due date is updated to 12 Feb 2026. \ This amendment is issued to update remarks and to re-instate DCMA NSEO QARGovernment Source Inspection for this requirement. The following is a replacement for Paragraph 3 Quality Assurance Requirements: This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. The following is a replacement for Subcontractor Inspection Requirements: When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents shall 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. The following remarks are removed from the solicitation: FAR 52.232-25(a)(5), entitled Prompt Payment, Constructive Acceptance is changed from 7 days to 45 days after delivery of the supplies in accordance with the terms and conditions of the contract. This requirement has no Government source inspection. Inspection and Acceptance will occur at destination/destination. \ 1. The offer due date is updated to 2 December 2024. \ 1. The offer due date is updated to 14 November 2024. 2. The Small Business Set-Aside is hereby dissolved. \ 1. The offer due date is updated to 21 October 2024. 2. The POC is updated to Amanda Bailey amanda.l.bailey50.civ@us.navy.mil. 3. The quantity is updated to 500. \ This amendment is issued to extend the closing date to 28JUN2024. \ This amendment is issued to extend the closing date to 01MAR2024. \ This amendment is issued to extend the closing date to 08DEC23. \ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 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 here in. 4.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (365 days) 5.NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clause 252.213-7000. 6. This award does not contain Government source Inspection (GSI) 7. FAR Clause 52.232-25(a)(5), entitled Prompt Payment, Constructive Acceptanceis changed from 7 days to 45 days after delivery of the supplies in accordance with the terms and conditions of the contract. 8. Note to DCMA ACO: Clause NAVSUPWSSGA02 is amended to include Post Award PCO retaining the following functions: FAR 42.302(3), (32), (37), (38), (40),(41),(43), (45 through 51), (60) and (62). 9. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 10. VIQ 0+/5- Applies to this order. \ 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 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. DOCUMENT REF DATA=AWS A5.01 | | | |930101|A| | | DOCUMENT REF DATA=AWS A5.28 | | | |200630|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|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| | | 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 AWS-A5.28, except as amplified or modified herein. AWS-A5.28 ordering data information is provided below: A. American Welding Society Specification AWS-A5.28; Low Alloy Steel filler metals for gas shielded arc welding. AWS Classification - ;ER70S-B2L; Size, Diameter - ;3/32; Spool Size, Weight - ;N/A; Cut Length - ;36 inches; B. American Welding Society Specification AWS-A5.01; Filler Metal Procurement Guidelines. Lot Classification - Class S2 Intensity of Testing - Schedule J 3.2 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 - ;Quality Conformance/Compliance Inspection (Includes Chemicals and Mechanicals); Item - ;Rod, Welding; Performance - ;AWS A5.01 and AWS A5.28; Acceptance - ;AWS A5.01 and AWS A5.28; 3.3 Container Size - Welding Electrodes must be supplied in ;10; pound containers. 3.4 Welding Electrode Strip Heaters - Electrical resistance rod-type or pad-type heaters (i.e. strip heaters) that are controlled automatically by thermocouples or manually by an on-off switch must be used to maintain preheat/interpass temperatures within the required range before and during welding of the usability (i.e. soundness) test plate and the mechanical property (when required) test plate. The test plate must be insulated or separated from the work bench. OXY-FUEL heating of any test plate is not permitted. 3.4.1 Holding fixture - During welding, the mechanical property test plate must be held in place by a fixture built in accordance with "HOLDING FIXTURE FOR MECHANICAL PROPERTY TEST PLATES", (CSD005 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/) The strip heaters required above must be placed against the back side of the test plate, between the test plate and the base plate of the test fixture. The length and width of the test plate must be dimensioned so as to be adequately held in place by the fixture. 3.5 Radiography - Radiography is required for test weldments and must be performed in accordance with T9074-AS-GIB-010/271 as modified by AWS-A5.28. Acceptance criteria must be AWS-A5.28. 3.6 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. 3.6.1 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. 3.6.2 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/ 3.6.3 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. 3.7 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. 3.8 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 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. 3.9.1 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. 3.9.2 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. 3.9.3 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. 3.9.4 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. 3.9.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.10 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. 3.10.1 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. 3.10.2 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. 3.11 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. 3.11.1 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. 3.11.2 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. 3.11.3 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. 3.11.4 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. 3.11.5 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. 3.12 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: 3.12.1 Visual examination upon receipt to detect damage during transit. 3.12.2 Inspection for completeness and proper type. 3.12.3 Verification of material quality received. 3.12.4 Periodi…

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.