53--ROD,OPERATING,FORWA

SOL #: N0010425RFF39Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Hardware Manufacturing (332510)

PSC

Hardware (5340)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 22, 2025
2
Last Updated
Feb 13, 2026
3
Submission Deadline
Feb 5, 2026, 6:00 PM

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.

People

Points of Contact

BENJAMIN.SPANGLER@NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 6
Solicitation
Posted: Feb 13, 2026
View
Version 5
Solicitation
Posted: Feb 11, 2026
View
Version 4
Solicitation
Posted: Feb 6, 2026
View
Version 3
Pre-Solicitation
Posted: Feb 6, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 6, 2026
Version 1
Pre-Solicitation
Posted: Oct 22, 2025
View