1355-01-104-2507 WW97 Strong Flex-Hose & Leader Assembly for TMD MK10
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 a Strong Flex-Hose & Leader Assembly for TMD MK10 (NSN: 4T 1355-01-104-2504 WW97). This is a Full and Open Competition for a five-year, Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement falls under NAICS 325920 (Explosive Manufacturing). Proposals are due March 23, 2026.
Scope of Work
This solicitation seeks the procurement of the STRONG FLEX-HOSE & LEADER ASSY FOR TMD MK10. Key requirements include adherence to various drawings and specifications (e.g., 5545546 Rev A, WS21292 Rev A1, PIA-C-5040), MIL-STD-129R, MIL-STD 130N, MIL-STD-2073-1E, and configuration control per ANSI/EIA-649. Packaging, packing, preservation, and transportation must comply with associated drawings and specifications, and ammunition lot numbers must follow MIL-STD-1168C.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Five ordering periods (five years)
- Period of Performance: October 28, 2026, to May 1, 2031
- Guaranteed Minimum: 271 units
- Maximum Order Quantity: 3,150 units
- Per Order: Minimum 271 units, Maximum 630 units
- Set-Aside: Full and Open Competition
- NAICS Code: 325920 (Explosive Manufacturing), Size Standard: 750 employees
Key Requirements & Deliverables
First Article Testing (FAT) is required, with 5 EA samples per lot of 60 EA, though the Government may waive this. Production lot test samples and Quality Conformance Testing are also mandatory. Inspection and acceptance will be performed by the Government. Required data deliverables (CDRLs) include:
- Test Procedure and Test/Inspection Report
- Failure Analysis/Corrective Action Report (if FAT/LAT fails)
- Contractor's Progress, Status and Management Report (DD-375 monthly)
- Certificate of Compliance with each delivery
Submission & Evaluation
Proposals must be submitted electronically via email to alison.s.maine.civ@us.navy.mil. They must be specific, complete, and unambiguous. Evaluation will be based on a best value approach, with Past Performance significantly more important than Small Business Participation, which is significantly more important than 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. A Pricing Matrix (Exhibit B) must be completed and submitted.
Deadlines & Contact
- Proposal Due Date: March 23, 2026, at 2:00 PM EST
- Primary Contact: Alison Maine (alison.s.maine.civ@us.navy.mil)