53--PLATE,MOUNTING - AND SIMILAR REPLACEMENT PARTS
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 seeking proposals for the manufacture and supply of PLATE, MOUNTING - and similar replacement parts. This solicitation is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. Bidders must meet stringent manufacturing, quality, and testing requirements, including First Article Testing (FAT) and ISO 9001 certification. Proposals are due January 30, 2026.
Scope of Work
This opportunity requires the manufacture and supply of "PLATE, MOUNTING" and similar replacement parts, adhering to specific design, manufacturing, and performance requirements outlined in drawing 497A73200 (cage 53711) and associated NAVSEA drawings. The item is an assembly of parts, requiring process qualification for vulcanization, vibration damping tile installation, epoxy bonding, and gap filling. All materials must be mercury-free for use on submarines/surface ships.
Contract & Timeline
- Type: Solicitation (Bilateral award requiring contractor acceptance)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5340 (Hardware)
- Response Due: January 30, 2026, 20:30 UTC
- Published: January 22, 2026
Requirements & Testing
Contractors must comply with multiple drawing and military specifications. Key requirements include:
- First Article Testing (FAT): Required, involving tensile tests on bonded structures (6,000 lbs load minimum) and verification of cured hardness per MIL-PRF-81733. FAT may be waived if the vendor has a history of passing tests.
- Process Qualification: Mandatory for specific processes like vulcanization, vibration damping tile installation, epoxy bonding, and gap filling, as per NAVSEA Drawings 8482161, 8482159, 8482158, and 8482160. Requalification is needed if materials or processes change.
- Quality System: ISO 9001 certification is required; proof must be provided. MIL-I-45208 inspection system is also acceptable.
- Configuration Control: Adherence to MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free: All materials must be free from metallic mercury contamination.
Submission Requirements
Offerors must provide:
- Unit prices for each NIIN.
- Delivery Lead Time for the first unit.
- Monthly shipping capacity for subsequent units.
- Offer validity period (preferably through September 30).
- Source Inspection, Acceptance, and Pack Locations (CAGE). DCMA inspection is required prior to shipping.
- Confirmation of US manufacturing.
- POC name and email.
- OPTIONS pricing, which may differ based on quantities and future dates.
- Proof of ISO 9001 certification.
- If not the Original End Manufacturer (OEM), state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor on the OEM's letterhead.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The POC for testing-related questions is Michael Reed (michael.d.reed@navy.mil) at Naval Undersea Warfare Center Division Newport. Packaging must comply with MIL-STD 2073.