20--SEAL ASSEMBLY
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 quotations for an EAF spares requirement of 42 SEAL ASSEMBLY units (NSN 1HM 2040 010515069 SQ). This requirement is for the manufacture and quality assurance of AN/BRA-24 Antenna Seal Assemblies for Navy submarines. This is a Total Small Business Set-Aside. The Government will award to the responsible offeror providing the best value, considering both price and non-price factors. Quotations are due by March 27, 2026.
Scope of Work
This procurement covers the manufacture and contract quality requirements for the AN/BRA-24 Antenna Seal Assembly. Key aspects include:
- Design and Manufacturing: Adherence to material, physical, mechanical, and test requirements specified on Drawing RE-C49502 and associated specifications. Suppliers must have or fabricate required tooling for acceptance tests.
- Material Sourcing: Urethane Elastomer (ADIPRENE L167) and Curative (ETHACURE 300) must be procured from LANXESS Urethane Systems.
- Marking: Permanent marking and identification of each first article and production lot unit per MIL-STD-130.
- First Article Testing/Inspection: Required, with Government approval from Naval Surface Warfare Center, Philadelphia Division (NSWCPD) prior to commencement.
- Configuration Control: Adherence to MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Requirement: All supplied material must be free from metallic mercury contamination, with strict controls and testing protocols.
Contract & Timeline
- Type: Request for Quotation (RFQ) - Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 27, 2026, 8:30 PM EDT
- Published: March 13, 2026
Evaluation Factors
Award will be based on best value to the Government, considering:
- Price
- Non-Price Factors (approximately equal to price when combined):
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with those in the Government's best interest rated higher.
- Past Performance: Evaluation of successful performance, quality, timeliness, cost management, communication, proactive management, and customer satisfaction on related contracts.
Quality Assurance & Deliverables
Suppliers must maintain a Quality Inspection System in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. Numerous Contract Data Requirements Lists (CDRLs) are required, including:
- Quality Inspection & Test Plan
- First Article Testing/Inspection Procedure and Report
- Production Lot Testing/Inspection Report
- Certified Mill Certificate, Certified Industrial Lab Analysis, Certificate of Compliance
- Visual/Dimensional Inspection Report
- Mercury Exclusion Certification
Packaging must comply with MIL-STD 2073.
Contact Information
For inquiries, contact JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL or call 215-697-5095. Notifications regarding first article testing should be sent to matthew.j.ogilvie.civ@us.mavy.mil.