53--LOCKNUT
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 Mechanicsburg, is soliciting proposals for the procurement of 25 LOCKNUTS (NSN: 5310 016338457). This is a Solicitation for a critical shipboard system component. Proposals are due by May 5, 2026, at 4:30 PM Local Time.
Scope of Work
This opportunity requires the procurement of 25 LOCKNUTS, manufactured in accordance with Emerson Drawing 20307 Find Number 15. These are designated as Special Emphasis Material (Level I) due to their use in crucial shipboard systems where failure could lead to serious personnel injury, loss of life, or loss of vital shipboard systems. Key requirements include:
- Government-Source Inspection and Acceptance (G-S I&A).
- Compliance with detailed thread inspection requirements (FED-STD-H28 series, ASME B1 series acceptable).
- Internal threads must be formed by cutting; cold forming is not acceptable.
- Material must be Mercury Free.
- Contractor must maintain configuration control and submit Waivers/Deviations and Engineering Change Proposals (ECPs) via the ECDS system.
- A Certificate of Compliance is required, specifically for Special Emphasis Material, with detailed traceability and certification information.
Contract & Timeline
- Type: Solicitation (for procurement)
- Set-Aside: None (Small Business Set-Aside requirement has been dissolved)
- Proposal Due: May 5, 2026, 4:30 PM Local Time
- Published: April 30, 2026
Quality Assurance & Traceability
Contractors must provide and maintain a quality system in accordance with ISO-9001 (with ISO-10012 or ANSI-Z540.3 with ISO-17025) or MIL-I-45208 (with MIL-STD-45662). The quality system is subject to Government evaluation and inspection at source. Traceability from material to Objective Quality Evidence (OQE) is critical and must be maintained throughout all processes, including subcontracted operations, in accordance with MIL-STD-792. Final inspection includes material sampling per ANSI/ASQ-Z1.4 and 100% inspection of OQE and certification test reports.
Submission & Contact
Quotes must include the contractor's CAGE, unit price (firm-fixed price or not-to-exceed), procurement CAGE, packaging CAGE, and Procurement Acquisition Time. Distributors/Dealers must provide authorization letters from the manufacturer. Quotes should remain valid for 8 months. Submission Method: Email to TIANA.K.HAMMAKER.CIV@US.NAVY.MIL. Questions: Direct to Tiana Hammaker at TIANA.K.HAMMAKER.CIV@US.NAVY.MIL or 717-605-8399. Certification data must be submitted to Portsmouth Naval Shipyard via WAWF prior to each shipment, with specific "Ship to," "Inspect by," and "Accept by" codes (N50286, N39040, N39040 respectively) and email notification to PORT_PTNH_WAWF_Notification@navy.mil.