20--BLK3 TOWED ARR BLAN
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 Mechanicsburg, is soliciting proposals for the manufacture of BLK3 TOWED ARR BLAN under a Total Small Business Set-Aside. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and will result in a bilateral award. Offerors must possess a U.S. Security Clearance of Confidential or higher and be a Government-approved source for this item. Proposals are due February 20, 2026.
Scope of Work
This opportunity covers the design, manufacture, and performance of the BLK3 TOWED ARR BLAN, specifically DURA X tiles with vacuum and gasket grooves, according to drawing 53711, cage 8499978 (Part number 690-8499978-SHT-73). Key requirements include:
- Compliance with MIL-STD-130 for marking.
- Strict mercury-free material specifications for submarine/surface ship use.
- First Article Testing (FAT) and Production Lot Testing are required and will be conducted by the Government, with FAT at the contractor's expense. The FAT POC is Paul Lampazzi (paul.a.lampazzi.civ@us.navy.mil, 215-897-1612).
- Submission of a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each material, including test reports and traceability.
- Packaging in accordance with MIL-STD 2073.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- NAICS: 336611 (Ship Building and Repairing)
- Product Service Code: 2090 (Miscellaneous Ship And Marine Equipment)
- Delivery: CLIN 0001AA, 10 units, 180 days.
- Warranty: One year from date of delivery.
- Option: Government may increase quantity up to 180 days after award.
- Quality System: MIL-I-45208 or ISO 9001/9002.
Eligibility & Evaluation
- Security Clearance: Offerors must possess a U.S. Security Clearance of Confidential or higher to access classified annexes (RFQ N0010425QYF87).
- Source Control: Only Government-approved sources will be considered. Current approved sources include MARINE POLYMERS INC (CAGE 1K3G5), WESTLAND TECHNOLOGIES INC (CAGE 0SX38), and Goodrich Corporation (Collins Aerospace) (CAGE 0BBK9). New suppliers must obtain qualification from the engineering activity prior to submitting an offer.
- Evaluation: Past performance will be considered (IAW FAR 13.106(a)(2)).
- Priority Rating: This is a DO certified order under the Defense Priorities and Allocations System (DPAS).
Key Dates & Contacts
- Published Date: January 19, 2026
- Proposal Due Date: February 20, 2026, 8:30 PM EST
- Point of Contact: Abigail R. Hurlbut, ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL, (717) 605-6805.