13--CASE,AFTERBODY TORP
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVSUP WEAPON SYSTEMS SUPPORT MECH is soliciting proposals for the manufacture of CASE, AFTERBODY TORP. This opportunity is designated as a Total Small Business Set-Aside and is subject to Emergency Acquisition Flexibilities (EAF). The resultant award will be issued bilaterally, requiring the contractor's written acceptance. Proposals are due March 19, 2026.
Scope of Work
This requirement covers the design, manufacture, and quality assurance for the CASE, AFTERBODY TORP, specifically adhering to drawing 7052969, cage 53711. Key requirements include:
- Marking: In accordance with MIL-STD-129.
- Configuration Control: Per MIL-STD-973, including procedures for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free: Materials must be free from metallic mercury and contamination, critical for use on submarines/surface ships.
- Quality System: Maintain a quality system acceptable to the Government, in accordance with ISO 9001 or MIL-I-45208.
- Packaging: In accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 334511
- PSC: 1355 (Torpedo Inert Components)
- Response Due: March 19, 2026, 8:30 PM EST
- Published: March 2, 2026
- Option: Includes an option for an increased quantity of 365 days after award, allowing for additional quantity via modification.
Evaluation
Award will be based on a bilateral agreement. Offerors are responsible for all inspection requirements and must ensure compliance with all contract specifications. Pricing is requested on the option provision.
Additional Notes
This is a DO certified order for national defense under the Defense Priorities and Allocations System (DPAS). Access to drawings must be requested on the SAM.gov individual solicitation page, followed by an email to the listed Point of Contact (POC). If the packaging location differs from the offeror's address, the offeror must provide the name, street address, and CAGE of the facility. All contractual documents are considered issued upon deposit in mail, facsimile, or electronic commerce methods.
Contact: Zachary R. Morrill at zachary.r.morrill.civ@us.navy.mil or 717-605-1552.