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 has issued a solicitation for the manufacture and quality assurance of CASE,AFTERBODY TORP components. This opportunity is designated as a Total Small Business Set-Aside. The resultant award will be a bilateral contract, rated DO under the Defense Priorities and Allocations System (DPAS). Proposals are due by March 3, 2026.
Scope of Work
This requirement covers the design, manufacture, and performance of CASE,AFTERBODY TORP components in accordance with Drawing 6934935, CAGE 53711. Key technical requirements include marking per MIL-STD-129, serialization per DWG 6934935 Rev "P" (with serial numbers obtained from NUWC_NPT_SerialNumbers@navy.mil), and strict configuration control via MIL-STD-973. A critical requirement is that all materials must be mercury-free for use on submarines/surface ships, with a detailed process for any exceptions. Unique Identification (UID) is also required per MIL-STD-130.
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business
- NAICS: 334511, Size Standard: 1350 employees
- Product Service Code: 1355 (Torpedo Inert Components)
- Response Due: March 3, 2026, 8:30 PM EST
- Published: December 3, 2025
- Delivery: CLIN 0001AA, 16, 211 (specifics TBD)
- Warranty: One year from date of delivery.
- Option: Includes an option for increased quantity (up to 210% of the base quantity) exercisable 365 days after award.
Evaluation
Award will be based on the lowest aggregate total price submitted for the total quantity, inclusive of the option provision. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF).
Additional Notes
Offerors must request access to drawings via the SAM.gov solicitation page and email the listed POC. The contractor is responsible for all inspection requirements, maintaining a quality system acceptable to the Government (ISO 9001 or MIL-I-45208), and retaining inspection records for four years. Packaging shall be in accordance with MIL-STD 2073. WAWF payment instructions specify Stand-Alone Receiving Report - Certifications or COMBO - Receiving Report & Invoice - Material.