1355011042507 WW97 Strong Flex-Hose and Leader Assembly
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 procurement of Strong Flex-Hose and Leader Assembly (NSN: 4T 1355-01-104-2504) for TMD MK10. This is a Full and Open Competition for a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period. Proposals are due by March 23, 2026, at 2:00 PM EST.
Scope of Work
This opportunity seeks a contractor to provide the STRONG FLEX-HOSE & LEADER ASSY FOR TMD MK10. Key requirements include adherence to various drawings and specifications (e.g., Drawing 5545546, WS21292, PIA-C-5040), change documents, and applicable standards (e.g., MIL-STD-129R, MIL-STD 130N). The contractor will be responsible for packaging, packing, preservation, and transportation in accordance with specified guidelines. Ammunition lot numbers must follow MIL-STD-1168C. Configuration control is managed per ANSI/EIA-649.
Contract Details
This is a five-year IDIQ contract with a guaranteed minimum order quantity of 271 units and a maximum order quantity of 3,150 units. Minimum per order is 271 Each, and maximum per order is 630 Each. The Period of Performance is from October 28, 2026, to May 01, 2031. The NAICS code is 325920 (Explosive Manufacturing) with a 750-employee size standard.
Submission & Evaluation
Proposals must be submitted electronically via email to alison.s.maine.civ@us.navy.mil. Submissions must be specific, complete, unambiguous, and address all designated factors. Evaluation will prioritize Past Performance (significantly more important), followed by Small Business Participation (significantly more important than Price), and then Price. Offerors must achieve at least a "limited confidence" rating in past performance to be eligible for award. The Government reserves the right to award without discussions.
Important Notes
First Article Testing (FAT) is required, with 5 samples per lot of 60 units, though the Government may waive this requirement. Quality Conformance Testing is also mandatory. Bidders must complete and submit the provided Pricing Matrix (Exhibit B) with their proposal, which details pricing for CLIN 0001 based on quantity ranges and whether FAT is required or waived. Exhibit A outlines the Contract Data Requirements Lists (CDRLs), including requirements for test procedures, test/inspection reports, failure analysis, progress reports, and certificates of compliance. Drawings are available but not on FBO Sam.gov.