5340 TURNBUCKLE ASSEMBLY

SOL #: N0040626QS154Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Hardware Manufacturing (332510)

PSC

Hardware (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 10, 2026
2
Submission Deadline
Feb 12, 2026, 7:00 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, specifically the NAVSUP Fleet Logistics Center Puget Sound, has issued a combined synopsis/solicitation for the procurement of Turnbuckle Assemblies. This is a Total Small Business Set-Aside requirement resulting in a single firm-fixed-price contract. Quotes are due by February 12, 2026.

Scope of Work

The contractor shall provide high-strength (HS) Turnbuckle Assemblies (size 1-1/4 inches) in accordance with NAVSEA Drawing 804-860000 REV G. Key technical requirements include:

  • Configurations: Specific parts (PC NO. 1, 17, 18, 19, 20) with varying material requirements including Hadfield Steel, K-Monel, and CRES 316.
  • Threading: 1-1/4 H.S. (ACME, LH and RH) with 4 threads per inch per ASME B1.5-1997.
  • Testing & Inspection: Mandatory proof testing, Visual Testing (VT), and Penetrant Testing (PT) with accompanying certification sheets.
  • Technical Standards: Non-magnetic permeability must be 2.0 or less after fabrication. Items must include DoD unique identification (UID) per DFARS 252.211-7003.
  • Packaging: Items must be secured in wooden packaging to prevent damage during transit.

Contract & Timeline

  • Type: Firm Fixed-Price
  • Set-Aside: Total Small Business (NAICS 332510; Size Standard: 750 employees)
  • Response Due: February 12, 2026, at 11:00 AM
  • Published: February 10, 2026
  • Shipping: FOB Origin (Government-arranged transportation)

Evaluation

Award will be based on a competitive evaluation of three factors (no relative order of importance):

  1. Technical Capability (including the ability to meet delivery dates)
  2. Price
  3. Past Performance

Offerors must quote the entire effort to be considered for award. A 10% price evaluation factor may be applied to certain non-small business offers if applicable under HUBZone preferences.

Additional Notes

Questions were due by February 9, 2026. All vendors must be registered in the System for Award Management (SAM) and submit invoices via Wide Area WorkFlow (WAWF).

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
5340 TURNBUCKLE ASSEMBLY | GovScope