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, NAVSUP Weapon Systems Support Mech, is soliciting proposals for the procurement of Hull Penetrators (NSN 5995) for crucial shipboard systems. This is a Full & Open Competition opportunity, with proposals due by February 13, 2026. The material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured), requiring stringent quality control and traceability.
Scope of Work
This solicitation covers the manufacture and supply of Penetrator, Connector Type, Electrical and Connectorized Hull Penetrator Assemblies in accordance with CPG 1025, with specific modifications. The material is critical, and defective components could lead to serious personnel injury, loss of life, or loss of vital shipboard systems. Key requirements include:
- First Article Testing (FAT): Government-conducted and destructive, requiring submission of one Penetrator Assembly, one Header Assembly, and one Inboard Plug Assembly to Portsmouth Naval Shipyard.
- Material Certification: Quantitative chemical and mechanical analysis is required for specific parts (Penetrator Body, Cover, Nut, Washers, Receptacle Body) using materials like QQ-N-286 and QQ-N-281.
- Extensive Testing: Certifications are required for various tests including Visual Magnification, Dye Penetrant Inspection, Quality Conformance, Annealing/Age Hardening, and Ultrasonic Inspection.
- Welding/Brazing: Must adhere to specified military standards, with repair welding prohibited on certain critical components. Procedures and qualification data require prior approval.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208 as an alternate) and calibration systems per ISO-10012/ANSI-Z540.3/ISO-17025 (or MIL-STD-45662).
- Traceability: Strict traceability and certification requirements are in place for Level I/SUBSAFE materials, including unique marking and detailed certification reports.
- Configuration Control: Contractor must maintain equipment baseline configuration, and all waivers/deviations/ECPs require PCO approval via the ECDS system.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Full & Open Competition (originally Total Small Business, but dissolved by amendment)
- Response Due: February 13, 2026, 8:30 PM EST
- Published: February 6, 2026
- Delivery: Final delivery on or before 500 days after the effective contract date for CLIN 0001AA.
- Payment: Wide Area Workflow (WAWF) instructions provided.
Additional Notes
This is a "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). All contractual documents will be issued electronically. Contact Ashton K. Perry for inquiries.