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 Mechanicsburg, is soliciting proposals for the procurement of FWD Operating Rods, identified as a Critical Safety Item (CSI) due to its crucial role in shipboard systems. This is a Firm Fixed-Price contract, set aside for Total Small Businesses. The opportunity requires strict adherence to detailed technical, quality assurance, and traceability standards. Proposals are due by February 20, 2026.
Scope of Work
This solicitation is for the supply of FWD Operating Rods in accordance with NAVSEA Drawing 566-6985431, Item 2, and associated Engineering Reports. The material must be QQ-N-286, Form 2 or 7, Annealed and Age Hardened, Finish A. Key requirements include:
- Quantitative chemical and mechanical analysis for certified parts.
- Testing certifications for annealing, age hardening, and ultrasonic inspection.
- Slow Strain Rate Tensile Tests must be performed by approved laboratories.
- Thread inspection per FED-STD-H28 series or ASME B1 series.
- Welding and brazing must comply with S9074-AR-GIB-010A/278 or S9074-AQ-GIB-010/248, with prior approval for procedures and qualification data.
- Configuration control requires the contractor to maintain the equipment baseline, with Government approval for all waivers, deviations, and Engineering Change Proposals (ECPs).
- Mercury-free materials are mandatory.
Quality Assurance & Deliverables
Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 (or MIL-STD-45662). Government Quality Assurance (GQA) at source will be performed by DCMA. Critical requirements include:
- Certificate of Compliance for Special Emphasis Material.
- Traceability and Certification Data (DI-MISC-81020) for all materials, including unique traceability markings.
- Material handling procedures to prevent commingling and ensure traceability.
- Receiving and Final Inspection with a zero-defect acceptance criteria for material sampling (ANSI/ASQ-Z1.4).
- Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Ship to N50286, Inspect by N39040, Accept by N39040) with email notification to PORT_PTNH_WAWF_Notification@navy.mil. No material shipment is allowed prior to acceptance.
Contract & Timeline
- Type: Firm Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- Product Service Code: 5340 (Hardware)
- Delivery: Certification Data CDRLs 20 days prior to scheduled delivery; Final material delivery 365 days after contract effective date.
- Priority Rating: "DO" rated order under DPAS.
- Proposal Due: February 20, 2026, 7:00 PM EST
- Published: February 11, 2026
Evaluation Factors
Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Submission Instructions
The complete RFP package must be signed and returned by the closing date. Emailed or faxed proposals are acceptable; NECO quotes will not be accepted. Access to drawings requires a request on the individual solicitation page on SAM.gov, followed by an email to the Primary POC.
Contact Information
Primary Point of Contact: BENJAMIN.SPANGLER@NAVY.MIL, 7712290573.