58--PANEL,SONAR GTC - AND SIMILAR REPLACEMENT PARTS
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 and supply of PANEL, SONAR GTC and similar replacement parts. This requirement is a Total Small Business Set-Aside and is issued under Emergency Acquisition Flexibilities (EAF). Proposals are due April 3, 2026.
Scope of Work
This opportunity covers the manufacture and supply of PANEL, SONAR GTC, which is a source-controlled item on the Qualified Products List (QPL). Only currently approved sources have been solicited, and new suppliers must undergo extensive qualification and testing by the engineering activity. The items must meet design, manufacture, and performance requirements specified in drawing 7067132 (cage 53711), including various part numbers (e.g., P/N 165-7067132-15, -28, -37, -50).
Key requirements include:
- Marking: In accordance with MIL-STD-129.
- Configuration Control: Adherence to MIL-STD-973, including submission of Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Materials: Strict prohibition of metallic mercury and mercury contamination, especially for items used on submarines/surface ships. Any required inclusion of mercury must have prior written approval.
- Quality Assurance: Suppliers must maintain an ISO 9001 acceptable quality system, with contractors responsible for all inspection requirements.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Solicitation (Resultant award will be bilateral)
- Set-Aside: Total Small Business
- Proposal Due: April 3, 2026, 8:30 PM ET
- Published: March 4, 2026, 9:26 AM ET
- DPAS Rating: Contract will be DO certified for national defense.
Key Considerations
- Source Qualification: Only QPL-approved sources are solicited. Unsolicited offerors must provide proof of prior approval or qualification data for evaluation by the Procurement Contracting Officer.
- Security Clearance: Offerors must possess a valid U.S. Security Clearance of Confidential or higher to access the classified annex (Specification No. PSSSN21C-1) and respond to RFQ N0010425QYE90. Classified material handling must comply with NSPOM and Industrial Security Regulation.
- Drawings Access: Access to drawings must be requested on the individual solicitation page on SAM.gov, followed by an email to the Point of Contact.