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 Mechanicsburg, is soliciting proposals for the manufacture and supply of LARGE FWD TILE (NSN: 2090-01-716-5158). This is a Total Small Business Set-Aside opportunity. Offerors must possess a Confidential or higher U.S. Security Clearance and, for new suppliers, must be Government-approved sources prior to proposal submission. Proposals are due March 19, 2026.
Scope of Work
This requirement involves the design, manufacture, and performance of LARGE FWD TILEs according to drawing 53711, cage 8499978 (P/N 690-8499978-SHT-42). Specific requirements include DURA X tile with modified vacuum and gasket grooves. Materials must be mercury-free. The resultant award will be a DPAS rated order (DO certified for national defense).
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- NAICS: 336611 (Ship Building and Repairing)
- PSC: 2090 (Miscellaneous Ship And Marine Equipment)
- Response Due: March 19, 2026, 8:30 PM UTC
- Delivery: 180 days for CLIN 0001AA
- Option: Government retains option to order an additional quantity up to 100% for 360 days ARO at the same price.
Key Requirements & Evaluation
- Security Clearance: Offerors must have a valid U.S. Security Clearance of confidential or higher due to a classified annex (RFQ N0010425QYC86).
- Source Control: Only currently approved Government sources (CAGE 1K3G5 - MARINE POLYMERS INCC, CAGE 0BBK9 - Goodrich Corporation (Collins Aerospace)) will be considered. New suppliers must be qualified by the engineering activity prior to submitting an offer.
- Testing: First Article Testing (FAT) and Production Lot Testing (PLT) are required and will be conducted by the Government. FAT is at the contractor's expense.
- Quality: Suppliers must provide and maintain an inspection/quality system per 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.
- Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2).
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). All contractual documents will be issued bilaterally, requiring contractor acceptance. Access to drawings needs to be requested on SAM.gov, followed by an email to the POC.
Contact Information
For questions, contact Abigail Hurlbut at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL or 717-605-6805.