20--BLK3 TOWED ARR GROO
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 WSS Mechanicsburg, is soliciting proposals for the manufacture and supply of BLK3 TOWED ARR GROO (Block 3 Towed Array Grooved). This is a Total Small Business Set-Aside opportunity requiring a Confidential U.S. Security Clearance and adherence to specific design and quality standards. Proposals are due March 19, 2026.
Scope of Work
This solicitation covers the manufacture and quality requirements for the BLK3 TOWED ARR GROO, identified by Navy Stock Number 2090-01-716-3795 and Part Number 690-8499978-SHT-74. Key requirements include:
- Supplying DURA X tile with vacuum and gasket grooves, following NAVSEA drawing 8499978.
- Materials must be mercury-free and free from mercury contamination.
- Physical identification in accordance with MIL-STD-130.
- Contractors must be Government-approved sources for this item. Current approved sources include MARINE POLYMERS INCC (CAGE 1K3G5), WESTLAND TECHNOLOGIES INCC (CAGE 0SX38), and Goodrich Corporation (Collins Aerospace) (CAGE 0BBK9).
Contract & Timeline
- Type: Solicitation (RFQ N0010425QYH65)
- Set-Aside: Total Small Business
- NAICS: 336611 (Ship Building and Repairing)
- Product Service Code: 2090 (Miscellaneous Ship And Marine Equipment)
- Response Due: March 19, 2026, at 8:30 PM ET
- Published: January 23, 2026
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers. Award will be issued bilaterally, requiring contractor acceptance. This is a rated order under the Defense Priorities and Allocations System (DPAS).
Additional Requirements
- Security Clearance: Offerors must possess a valid U.S. Security Clearance of Confidential or higher, as the RFQ includes a classified annex.
- First Article Testing (FAT): Required and conducted by the Government at the contractor's expense. Contact Paul Lampazzi (paul.a.lampazzi.civ@us.navy.mil) for FAT inquiries.
- Production Lot Testing (PLT): Required and conducted by the Government. Conformance tests shall be conducted by the Government.
- Quality Assurance: Inspection/quality system must be in accordance with MIL-I-45208 or ISO 9001/9002.
- Certifications: A Certificate of Conformance (COC) or Certificate of Acceptance (COA) is required with each SHT material, including test reports and traceability documentation. Recent letters (PNS ltr 9690 Ser 05U7/039 and PNS ltr 9110 250/009) discuss the possibility of waiving PLT in lieu of a COC/COA.
- Drawings: Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the POC.
For questions, contact Abigail Hurlbut at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL.