30--DOOR SHAFT 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 a Door Shaft Assembly (PSC 3040 - Miscellaneous Power Transmission Equipment) under a Total Small Business Set-Aside. This opportunity requires strict adherence to specific quality, inspection, and technical documentation standards, including a mandatory review of the Individual Repair Part Ordering Data (IRPOD). Proposals are due March 9, 2026.
Scope of Work
This procurement is for a Door Shaft Assembly, requiring compliance with MIL-I-45208 for higher-level contract quality. Key aspects include:
- Mandatory review of the IRPOD available at the BPMI site.
- Technical Documents: Access to IRPOD, drawings, STRs, military specifications, and commercial item descriptions is available at
HTTPS://LOGISTICS.UNNPP.GOV/ECOMMERCE(requires pre-registration). - Quality Assurance: An acceptable inspection system must be maintained, with QA requirements detailed in the IRPOD.
- Packaging: Adherence to MIL-PRF-23199 and MIL-STD 2073, with specific guidance on MIL-DTL-24466 green poly bags for cleanliness controls (e.g., MIL-STD-767, MIL-STD-2041). Fire retardant packaging is no longer required.
- Waivers/Deviations: Requests for delivery date extensions or non-conformance must be justified with an explanation of cause and an offer of consideration, demonstrating no impact on quality, form, fit, or function.
- Exclusion of Mercury: No intentional addition or contact of mercury with hardware/supplies.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 9, 2026
- Published: February 6, 2026
- Pricing Validity: Quotations are valid for 60 days after the closing date, unless otherwise specified.
Deliverables & Submissions
- Reports of Test and Inspection (ROTI): A complete package per DI-QCIC-8872 (latest revision) is due at the End of Contract (EOC) to NAVSUP-WSS, Code N9433. Authorization to ship material must be obtained from the PCO.
- Pre-manufacturing Submittals: A procedure package (IAW DI-QCIC-8871) of all applicable pre-manufacturing submittals, listed in the IRPOD, is due within 45 days after contract award (DAC) to NAVSUP-WSS, Code N9433.
- WAWF: Invoices and receiving reports are to be submitted via Wide Area Workflow (WAWF).
- DD Form 1423: Detailed instructions are provided for completing and submitting data items, including distribution statements and pricing groups.
Additional Notes
Nuclear Reactor Publications not available on the BPMI site must be requested from NAVSUP WSS-MECH, Code N943, following specific procedures for restricted documents. Commercial specifications are not available from government sources. For general inquiries, contact Melissa Furness.