20--LARGE FWD TILE
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 the manufacture of LARGE FWD TILEs. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. Bidders must possess a U.S. Security Clearance of confidential or higher to access classified annexes and respond. Proposals are due February 6, 2026.
Scope of Work
This solicitation requires the manufacture of LARGE FWD TILEs according to specific design, manufacturing, and performance requirements detailed in drawing 53711, cage 8499978, including P/N 690-8499978-SHT-42. Key specifications include DURA X tile with vacuum and gasket grooves, and adherence to NAVSEA drawing 8499978 for O-ring gasket and vacuum groove designs. The material must be mercury-free.
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business
- Product Service Code: 2090 (Miscellaneous Ship And Marine Equipment)
- NAICS: 336611 (Ship Building and Repairing)
- Proposal Due: February 6, 2026, 8:30 PM UTC
- Published: January 7, 2026
- Option: Government retains option to order an additional quantity up to 100% for 360 days at the same price.
Evaluation & Requirements
- Security Clearance: Offerors must have a valid U.S. Security Clearance of confidential or higher to respond, as the solicitation includes a classified annex.
- Approved Sources: This is a Source Control Item; only Government-approved sources will be considered. Current approved sources include MARINE POLYMERS INCC (CAGE 1K3G5), WESTLAND TECHNOLOGIES INCC (CAGE 0SX38), and Goodrich Corporation (Collins Aerospace) (CAGE 0BBK9).
- Testing: Requires First Article Testing (FAT) and Production Lot Testing (PLT), both conducted by the Government at the contractor's expense. FAT is for potential vendor qualification.
- Quality: Suppliers must provide and maintain an inspection/quality system in accordance with MIL-I-45208 or ISO 9001/9002. A Certificate of Conformance (COC) or Certificate of Acceptance (COA) with test reports and traceability is required for each SHT material.
- Past Performance: NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers (IAW FAR 13.106(a)(2)).
Additional Notes
This procurement is DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Access to drawings, if included, must be requested on SAM.gov, followed by an email to the listed POC.