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 Mechanicsburg (NAVSUP WSS MECH), has issued a solicitation for the manufacture of CASE,AFTERBODY TORP. This requirement is set aside for Total Small Businesses and involves producing specific torpedo components under stringent quality and technical specifications. Proposals are due by March 5, 2026.
Scope of Work
This opportunity requires the design, manufacture, and performance of CASE,AFTERBODY TORP components in accordance with drawing 6934935 (cage 53711) and other applicable documents. Key aspects include:
- Marking: Physical identification per MIL-STD-129 and Unique Identification (UID) IAW MIL-STD-130.
- Serialization: Serial numbers to be marked on each unit, obtained from NUWC_NPT_SerialNumbers@navy.mil.
- Configuration Control: Adherence to MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Requirement: All materials must be free from metallic mercury and contamination, critical for use on submarines/surface ships.
- Quality Assurance: Contractors must maintain a quality system acceptable to the Government, in accordance with ISO 9001 (or MIL-I-45208).
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due Date: March 5, 2026, 8:30 PM UTC
- Published Date: January 7, 2026
- Delivery Schedule: 177 days for CLIN 0001AA (24 units) and CLIN 0001AB (20 units).
- Contract Type: The resultant award will be issued bilaterally, requiring the contractor's written acceptance.
- Priority Rating: This is a DO certified order for national defense under the Defense Priorities and Allocations System (DPAS), pursuant to Emergency Acquisition Flexibilities (EAF).
Key Requirements & Clauses
- Payment: Wide Area Workflow (WAWF) for receiving reports and invoices.
- Warranty: One year from delivery for noncomplex supplies and warranty of data.
- Compliance: Item Unique Identification and Valuation (IUID), Higher-Level Contract Quality Requirement, Buy American-Free Trade Agreements-Balance of Payments Program.
- Drawings: Access to drawings needs to be requested on the SAM.gov solicitation page, followed by an email to the POC.
Contact Information
For inquiries, contact Zachary R. Morrill at zachary.r.morrill.civ@us.navy.mil or 717-605-1552.