53--ROD,OPERATING,FORWA
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 the manufacture of FWD Operating Rods, designated as "Special Emphasis Material" for crucial shipboard systems. This is a Firm Fixed-Price contract, set aside for Total Small Business. Proposals are due by February 5, 2026.
Scope of Work
Contractors will be responsible for manufacturing FWD Operating Rods in strict accordance with NAVSEA Drawing 566-6985431, Item 2, and all associated Engineering Reports. The material required is QQ-N-286, Form 2 or 7, Annealed and Age Hardened, Finish A. The scope includes mandatory testing certifications for annealing, age hardening, and ultrasonic inspection of starting material. Given the critical nature of the material, stringent quality assurance, traceability, and inspection procedures are invoked to prevent failures that could lead to serious personnel injury, loss of life, or loss of vital shipboard systems.
Contract & Timeline
- Type: Firm Fixed-Price
- Set-Aside: Total Small Business
- Delivery: Final material delivery is required on or before 365 days after the effective date of the resulting contract.
- Priority: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
- Proposal Due: February 5, 2026, 18:00 EST
- Published: January 6, 2026
Evaluation
Award will be based on an evaluation that includes past performance, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Special Requirements & Notes
- Offerors must maintain a quality system compliant with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208. Government Quality Assurance (GQA) will be performed at the source by DCMA.
- Strict traceability and certification requirements apply to all Level I/SUBSAFE materials, including material marking per MIL-STD-792.
- Waivers, deviations, and Engineering Change Proposals (ECPs) must be submitted through the Electronic Contractor Data Submission (ECDS) system.
- Certification data must be submitted to Portsmouth Naval Shipyard (N50286, N39040) via Wide Area Work Flow (WAWF) prior to each shipment, with email notification to PORT_PTNH_WAWF_Notification@navy.mil. No material is to be shipped without acceptance.
- The complete RFP package must be signed and returned. Emailed or faxed proposals are acceptable; NECO quotes will not be accepted.
- Contact: Benjamin T. Spangler at BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL or 771-229-0573.