59--PENETRATOR,HULL
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, specifically NAVSUP Weapon Systems Support Mech, is soliciting proposals for Hull Penetrators (Product Service Code 5995). This opportunity involves the manufacture and delivery of specialized electrical connector type and connectorized hull penetrator assemblies, designated as SPECIAL EMPHASIS material (Level I/SUBSAFE) for crucial shipboard systems. The solicitation, initially a Total Small Business Set-Aside, has been changed to Full & Open Competition. Proposals are due by March 20, 2026.
Scope of Work
Contractors will be responsible for manufacturing hull penetrators according to CPG 1025 and CPG 1025/1 specifications. Key requirements include:
- First Article Testing (FAT): Destructive testing performed by the Government. FAT samples are not part of the contract quantity.
- Material Certification: Strict quantitative chemical and mechanical analysis for parts like the Penetrator Body, Cover, Nut, Washers, and Receptacle Body, using materials such as QQ-N-286 and QQ-N-281.
- Testing & Inspection: Extensive testing certifications required, including visual, dye penetrant, quality conformance, annealing/age hardening, and ultrasonic inspection. Pressure and test time tolerances are specified.
- Manufacturing Processes: Adherence to FED-STD-H28 for thread inspection, specific welding/brazing standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248), and internal threads formed by cutting (not cold forming).
- Special Conditions: Slow Strain Rate Tensile Tests must be performed by approved laboratories. Molybdenum disulfide thread lubricants are prohibited; A-A-59004 anti-galling compound must be used if lubrication is required.
- Quality System: 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 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance (QA) at source is required.
- Traceability: Rigorous traceability and certification requirements for all Level I/SUBSAFE materials, including unique marking and re-certification for altered properties.
Contract & Timeline
- Type: Solicitation, resulting in a bilateral award.
- Set-Aside: Full & Open Competition (originally Total Small Business, but dissolved).
- Delivery: Final material delivery within 500 days after the effective contract date.
- Rating: "DX" rated order under the Defense Priorities and Allocations System (DPAS).
- FOB: Destination.
- Response Due: March 20, 2026, 8:30 PM EDT.
- Published: March 5, 2026.
Additional Notes
Offerors should note the specific revisions to Electric Boat specifications CPG 1025 Revision R and CPG 1025/1 Revision N. All waivers, deviations, and certain data submissions must be processed through the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/.
Contact Information
For inquiries, contact Ashton K. Perry at ashton.k.perry.civ@us.navy.mil or 717-605-7574.