30--DR PULLEY BUSH ASSY
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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting quotations for DR PULLEY BUSH ASSY (NSN 3HD 3020 016877256 SQ). This requirement is for EAF spares and is designated as a Total Small Business Set-Aside. The assemblies are intended for use on Navy submarines. Quotations are due by May 7, 2026.
Scope of Work
This procurement covers the manufacture and supply of AN/BRA-24 Toughmet Drive Pulley & Bushing Assemblies. Key requirements include:
- Design & Manufacturing: Adherence to specific material specifications, including CU-NI-SN Alloy, TOUGHMET 3, and K-Monel, as detailed in drawing 8628281-2 and Design Change Notice No. 452-22-001.
- Marking: Parts must be marked per MIL-STD-130, including part numbers, contract, heat/lot, and serial numbers.
- Mercury Free: All supplied material must be mercury-free and free from contamination, intended for submarine/surface ship use.
- Quality Assurance: The contractor is responsible for all inspection requirements. The Quality Inspection System must comply with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012.
- First Article Testing/Inspection: Required, with Government approval needed for the procedure and report prior to commencement of production.
- Production Lot Testing/Inspection: Required, with Government approval needed for the report prior to shipment.
- Material Control: Effective material control system providing certified quantitative mill or industrial laboratory reports for chemical and physical analysis.
- Packaging: In accordance with MIL-STD 2073.
Contract & Timeline
- Type: Request for Quotation (RFQ)
- Set-Aside: Total Small Business
- Proposal Due: May 7, 2026, 8:30 PM ET
- Published: March 3, 2026
Evaluation
Award will be made to the responsible offeror whose quotation represents the best value to the Government, considering both price and non-price factors.
- Price
- Non-Price Factors:
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with better lead times rated higher.
- Past Performance: Evaluation of successful performance on related contracts, including quality, timeliness, cost management, and customer satisfaction.
- All non-price evaluation factors, when 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, with DODACC "N64498". Technical inquiries regarding configuration control should be submitted to the Contracting Officer, NAVICP-MECH.