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 proposals for 42 SEAL ASSEMBLY (NSN 1 1HM 2040 010515069 SQ), specifically the AN/BRA-24 Antenna Seal Assembly for use on Navy submarines. This requirement is a Total Small Business Set-Aside. Proposals are due March 9, 2026.
Scope of Work
This opportunity is for the manufacture and supply of AN/BRA-24 Antenna Seal Assemblies. Key requirements include:
- Design and Manufacturing: Adherence to material, physical, mechanical, and test requirements specified on drawings, particularly RE-C49502. Suppliers must have or fabricate tooling for acceptance testing. Specific materials (Urethane Elastomer ADIPRENE L167 and Curative ETHACURE 300) must be procured from LANXESS Urethane Systems.
- Marking: Permanent marking of assemblies and individual parts per MIL-STD-130, including contract, vendor part, and serial numbers.
- Mercury-Free Requirement: All materials must be mercury-free and free from contamination, intended for use on submarines/surface ships. Any functional inclusion of metallic mercury requires prior written approval from the Procurement Contracting Officer.
- First Article Testing/Inspection: Mandatory first article testing and inspection, with Government approval required for the procedure and the first article unit before commencing production.
- Quality Assurance: The supplier's Quality Inspection System must comply with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. A written Quality Inspection and Test Plan must be submitted for Government approval. Extensive visual/dimensional inspection, acceptance testing, and material control are required for both first article and production lots.
- Packaging: Preservation, packaging, packing, and marking must be in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Request for Quotation (RFQ) leading to an award.
- Set-Aside: Total Small Business Set-Aside.
- Proposal Due: March 9, 2026, 8:30 PM EST.
- Published: February 6, 2026.
- Option: Includes an option for increased quantity (365 days).
Evaluation
Award will be made to the responsible offeror whose quotation provides the best value to the Government, considering both price and non-price factors.
- Price
- Non-Price Factors:
- Delivery Lead Time: Proposed delivery schedules will be evaluated, with those most in the Government's interest rated higher.
- Past Performance: Evaluation of successful performance, quality, timeliness, cost management, communication, proactive management, and customer satisfaction on related contracts.
- All non-price evaluation factors combined are approximately equal to price.
Additional Notes
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is the acceptance activity for Contract Data Requirements List (CDRL) data items (DODACC N64498) and requires approval for various plans and reports. Offerors must notify NSWCPD after contract award. Configuration control and technical inquiries must follow MIL-STD-973 procedures.