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, through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Forward Operating Rod. This is a Total Small Business Set-Aside opportunity for a critical shipboard system component, designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured). The contract type will be Firm Fixed-Price. Proposals are due by February 20, 2026.
Scope of Work
The requirement is for the manufacturing and delivery of a Forward Operating Rod in accordance with NAVSEA Drawing 566-6985431, Item 2, and all included Engineering Reports. The material specified is QQ-N-286, Form 2 or 7, Annealed and Age Hardened, Finish A. This material is for a crucial shipboard system where failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems.
Contract & Timeline
- Type: Firm Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- Response Due: February 20, 2026, 6:00 PM UTC
- Published: February 6, 2026
- Delivery: Certification Data CDRLs 20 days prior to scheduled delivery; Portsmouth Naval Shipyard (PNSY) review/acceptance within 6 working days; Final material delivery 365 days after contract effective date.
Key Requirements & Quality Assurance
This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Offerors must adhere to stringent quality requirements, including maintaining a quality system in accordance with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance (GQA) will be performed at the source, requiring contractors to notify DCMA upon receipt of the order. Past performance will be considered in the evaluation. Critical aspects include:
- Testing & Certification: Required for annealing, age hardening, and ultrasonic inspection. Slow Strain Rate Tensile Tests must be performed by approved laboratories.
- Traceability: Essential for Level I/SUBSAFE systems, requiring unique traceability numbers on materials per MIL-STD-792.
- Welding/Brazing: Must comply with specified NAVSEA standards, with procedures and qualification data submitted for approval.
- Submissions: Waivers, deviations, and Engineering Change Proposals (ECPs) must be submitted via the Electronic Contractor Data Submission (ECDS) system. Certification data must be submitted to Portsmouth Naval Shipyard (DODAAC N50286) for review and acceptance via Wide Area Work Flow (WAWF) prior to shipment.
Submission Instructions
Offerors must submit a signed, complete RFP package by the closing date. Emailed or faxed proposals are acceptable; however, NECO quotes will not be accepted. Access to drawings, if included, requires a request on SAM.gov and an email to the Primary Point of Contact. The Portsmouth Naval Shipyard DODAAC for WAWF submissions has been updated to N50286.
Contact Information
For inquiries, contact BENJAMIN.SPANGLER@NAVY.MIL at 7712290573.