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 the manufacture and supply of Hull Penetrators (CPG 1025). These are critical "Special Emphasis Material" components for shipboard systems, requiring stringent quality control. This solicitation, initially a Small Business set-aside, has been amended to Full & Open Competition. Proposals are due by February 6, 2026.
Scope of Work
This opportunity requires the manufacture and design of electrical connector-type hull penetrators and connectorized hull penetrator assemblies (CPG 1025 and CPG 1025/1-101). The material is designated as Level I/SUBSAFE, necessitating special control procedures to ensure correctness and prevent failure in crucial shipboard systems.
Key Requirements
- First Article Testing (FAT): Government-conducted destructive FAT is mandatory for one Penetrator Assembly, one Header Assembly, and one Inboard Plug Assembly, to be delivered to Portsmouth Naval Shipyard. FAT samples are not part of the contract quantity.
- Material Certification: Quantitative chemical and mechanical analysis is required for specific parts (e.g., Penetrator Body, Cover, Nut, Washers, Receptacle Body) using materials like QQ-N-286 and QQ-N-281. Certifications are also needed for various tests including visual, dye penetrant, ultrasonic inspection, and annealing/age hardening.
- Quality Assurance: 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 Source Inspection (GSI) will be performed.
- Traceability: Strict traceability and certification data are required for all Level I/SUBSAFE materials, maintained through unique identifiers and material markings per MIL-STD-792.
- Welding/Brazing: Must adhere to specified military standards (e.g., S9074-AR-GIB-010A/278). Repair welding is prohibited on certain penetrator components. Procedures and qualification data require prior approval.
- Configuration Control: Waivers, deviations, and Engineering Change Proposals (ECPs) must be submitted via the Electronic Contractor Data Submission (ECDS) system for review and approval.
Contract Details
- Type: Solicitation
- Competition: Full & Open Competition (originally Total Small Business Set-Aside, now dissolved)
- Response Due: February 6, 2026, 8:30 PM EST
- Delivery: Final material delivery 500 days after contract effective date.
- FOB: Destination
- Rating: "DX" rated order under the Defense Priorities and Allocations System (DPAS).
Important Notes
All contractual documents will be issued bilaterally. The ECDS system (https://register.nslc.navy.mil/) is used for data submissions and waiver requests. Contact Ashton K. Perry at ashton.k.perry.civ@us.navy.mil or 717-605-7574 for inquiries.