16--NRP,FLWR PILLOW BLO
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, has issued a solicitation for NRP,FLWR PILLOW BLO new manufacture spare parts. This opportunity seeks to acquire critical, flight-critical components. Proposals are due March 26, 2026, by 2:00 PM EST.
Scope of Work
This solicitation is for the procurement of new manufacture spare parts, specifically "NRP,FLWR PILLOW BLO," which are classified as Flight Critical and ALRE Critical Application Items. The items must be manufactured, tested, and inspected in accordance with NAWC LAKEHURST drawing number 3890AS003770-01, Revision LATEST, and all referenced specifications. The material is considered crucial for shipboard systems, enabling aircraft launch/recovery, and requires special control procedures.
Contract & Timeline
- Type: Solicitation (Competitive Procedures)
- Set-Aside: None specified
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Response Due: March 26, 2026, 2:00 PM EST
- Published: February 11, 2026
- Proposal Validity: Minimum of 120 days following submission.
Source Approval & Evaluation
This is a limited competition restricted to government-approved sources. Current approved sources include General Atomic, Timken, and Applied Technologies. Government Source Approval is required prior to award. Unapproved sources must submit a Source Approval Request (SAR) with their proposal, including detailed documentation as outlined in the NAVSUP WSS Source Approval Brochure and the solicitation's Section 1.3. Failure to provide required SAR data will result in non-consideration.
Offers will be evaluated based on both price and non-price factors. Non-price factors (capacity, delivery, and past performance) will be considered more important than price. Proposals must include both non-price factors and price in a single document. If only one offer is received, the process will shift to sole source negotiations.
Quality Assurance & First Article Testing (FAT)
A pre-award survey and post-award conference may be required for new manufacturers. All items require 100% Procurement Contracting Officer (PCO) mandatory inspection at the source under DCMAO QAR surveillance. Critical and major characteristics, plating, hardness, and non-destructive testing require 100% inspection. Other characteristics will use AQL sampling.
First Article Testing (FAT) is mandatory. Contractors must conduct FAT on one (1) uncoated unit, with government personnel witnessing the evaluation. A detailed First Article Test Report, documenting 100% inspection of all critical, major, and minor dimensions/requirements, is required within 15 calendar days of testing. A waiver for FAT may be granted for offerors who have previously furnished identical production articles within three years, using the same production location, and can provide a certification. Offerors requesting a waiver must submit two prices: one with FAT compliance and one with a waiver.
Additional Notes
Quotes must be emailed to the provided address. Late offers will not be considered. The offeror shall submit one firm fixed price per CLIN; tiered pricing is not accepted. Final inspection requires 14 days' notice to the PCO and NAWC Lakehurst QA.