48--C.O.R.D.
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 Firm-Fixed-Price contract to procure 12.00 X 6.00 NPS Cascade Orificial Resistive Devices. This material is designated as Special Emphasis Material for crucial shipboard systems, requiring stringent quality control and traceability. The solicitation is issued under Emergency Acquisition Flexibilities (EAF) and is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Proposals are due by February 10, 2026.
Scope of Work
The contract requires the supply of Cascade Orificial Resistive Devices in accordance with NAVSEA Drawing 801-6640811, assembly 206, piece 206-5, and associated drawings. Key requirements include:
- Material: Body, piece 43A, must be ASTM-B369, UNS C96400.
- Testing & Certification: Mandatory weldability and hydrostatic testing, radiography on specific parts, and thread inspection per FED-STD-H28 series. A Certificate of Compliance for Special Emphasis Material is required.
- Manufacturing: Internal threads must be cut, not cold-formed. Welding and brazing must adhere to specific NAVSEA standards (S9074-AR-GIB-010A/278, S9074-AQ-GIB-010/248).
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208 as an alternate) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance at source is required.
- Traceability: Strict traceability and certification requirements for Level I/SUBSAFE systems, including material marking per MIL-STD-792 and submission of certification data via WAWF to Portsmouth Naval Shipyard (DODAAC N50286).
- Configuration Control: Procedures for Waivers/Deviations and Engineering Change Proposals (ECPs) must be managed through the ECDS system.
- Packaging: Must comply with MIL-STD 2073.
Contract & Timeline
- Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside
- Proposal Due: February 10, 2026, 8:30 PM EST
- Published: January 9, 2026
- Delivery: Final material delivery is required within 365 days after the contract effective date. Certification data must be submitted 20 days prior to scheduled delivery.
Submission Requirements
Offerors must submit a complete, signed RFP package. Emailed or faxed proposals are acceptable; NECO quotes will not be accepted. Access to drawings, if included, must be requested via SAM.gov and email to the Primary POC.
Contact Information
For inquiries, contact Lydia M. Shaloka at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL or 215-697-4717.