13--FIN ASSEMBLY,TORPED
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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the manufacture of FIN ASSEMBLY, TORPEDO (Product Service Code 1355). This is a Total Small Business Set-Aside opportunity. The resultant award will be a Firm Fixed-Price contract. Proposals are due by 2:00 PM Local Time on May 11, 2026.
Scope of Work
This solicitation covers the manufacture and contract quality requirements for the FIN ASSEMBLY, TORPEDO. Key requirements include:
- Manufacturing the FIN ASSEMBLY, TORPEDO according to specified designs and reference numbers.
- Physical identification in accordance with MIL-STD-129.
- Configuration control per MIL-STD-973, including submission of Engineering Change Proposals, Deviations, and Waivers.
- Strict adherence to mercury-free requirements, as the material is intended for use on submarines/surface ships.
- Packaging in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business
- Delivery: 154-180 days for CLIN 0001AA and CLIN 0001AB.
- Response Due: May 11, 2026, 2:00 PM Local Time (extended by Amendment 0006).
- Published: April 16, 2026.
- Warranty: One year from date of delivery for supplies of a noncomplex nature.
Evaluation Factors
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2). Offerors must provide and maintain a quality system acceptable to the Government, in accordance with ISO 9001 (MIL-I-45208 is an acceptable alternative).
Key Requirements & Notes
- The resultant award will be issued bilaterally, requiring contractor acceptance.
- The contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
- If drawings are included, access must be requested on the SAM.gov solicitation page, followed by an email to the Point of Contact.
- Offerors must notify the PCO if using a later revision status drawing previously authorized on another contract.
- Technical inquiries regarding configuration must be submitted on company letterhead.
- Transportation of supplies by sea is required.
- Buy American-Free Trade Agreements-Balance of Payments Program applies.