53--NUT
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 (WSS) Mechanicsburg, is soliciting proposals for the manufacture of Self-Locking Hex Nuts (NSN 5310) under a Firm-Fixed Price contract. This opportunity is for SPECIAL EMPHASIS material critical for shipboard systems, requiring stringent quality control and traceability. Proposals are due by April 13, 2026.
Scope of Work
This solicitation requires the manufacture of Self-Locking Hex Nuts in accordance with NAVSEA drawing 6407006 Part No. 1 and ESNA P/N NU14198A-4804, with specific amplifications and modifications. Key requirements include:
- Material: QQ-N-281 CL B, Form 1, Annealed (hot finished) with a D4066, Group 01, Class 1 or 2, Grade 1 self-locking element.
- Testing: Dye Penetrant Inspection, Quality Conformance Tests (modified MIL-DTL-32258 for axial tensile strength, locking torque, and breakaway torque), and First Article Testing (FAT) per NASM25027 and MIL-N-25027/1.
- Manufacturing: Internal threads must be cut, not cold-formed. Thread inspection per FED-STD-H28 series (System 21 minimum).
- Quality Systems: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208 as an alternate) and calibration systems per ISO-10012 or ANSI-Z540.3 (or MIL-STD-45662).
- Traceability: Comprehensive material traceability and certification are mandatory, including unique marking on each item and detailed chemical/mechanical analysis reports (DI-MISC-81020).
- Compliance: Mercury-free materials are required. Waivers/deviations and Engineering Change Proposals (ECPs) require Contracting Officer approval.
Contract & Timeline
- Type: Firm-Fixed Price
- Set-Aside: None specified
- Response Due: April 13, 2026, 6:00 PM EDT
- Published: March 16, 2026
- Delivery: On or before 365 days after the effective date of the order. Certification data (CDRLs) due 20 days prior to delivery.
Quality Assurance & Compliance
This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Government Source Inspection (GSI) will be performed. Certification data, including First Article Test reports and material certifications, must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard for review and acceptance prior to shipment. All contractual documents will be issued bilaterally, requiring contractor acceptance.
Additional Notes
Contractors must provide one additional fastener for each uniquely identified heat/lot for traceability. The ECDS system (https://register.nslc.navy.mil/) is available for data submissions and inquiries. Contact Amanda A. Gowdy for further information.