6135-01-8064 CWRG Battery Thermal Crossover

SOL #: N0010426RK070Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Battery Manufacturing (335910)

PSC

Batteries, Nonrechargeable (6135)

Set Aside

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

Timeline

1
Posted
May 6, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
Jun 11, 2026, 6:00 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 NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the procurement of BATTERY THERMAL CROSSOVER (NSN 6135-01-339-8064 CWRG) for use in MK17 MOD 2 and MOD 3 afterbody/tailcones for MK4. This is a Total Small Business Set-Aside. The item is explosive, requiring a Safety Survey. Proposals are due by June 11, 2026, at 02:00 PM local time.

Scope of Work

The core requirement is for the BATTERY THERMAL CROSSOVER, IAW DWG: 6300534 Rev: B. The procurement includes a base quantity of 1100 EA and an option for up to 1320 EA. Key requirements include:

  • Compliance with DFARS 252.211-7003 for item identification.
  • Submission of Contract Data Requirements List (CDRL) items (DD Form 1423, A001-A006), covering test procedures, test/inspection reports, failure analysis, ammo data cards, monthly progress reports, and certificates of compliance.
  • Provision of First Article (Preproduction) Test Samples and Production Lot (Periodic) Test Samples, which are subject to destructive testing.
  • Adherence to ANSI/EIA-649 for configuration control.
  • Packaging, preservation, and transportation in accordance with associated drawings and specifications.
  • Ammunition lot numbers formatted per MIL-STD-1168, with serial numbers requiring specific assignment forms.
  • Compliance with ISO-9001:2015 as the higher-level contract quality requirement.

Contract Details

  • Type: Anticipated Firm Fixed-Price contract.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Product Service Code: 6135 (Batteries, Nonrechargeable).
  • NAICS Code: 335910.
  • Quantity: Base: 1100 EA; Option: Up to 1320 EA.
  • Period of Performance: Delivery schedules are tied to "Days After Date of Contract" and "Days After First Article Test Approval."

Submission & Evaluation

  • Submission Method: Electronically via email to alison.s.maine.civ@us.navy.mil.
  • Proposal Due: June 11, 2026, at 02:00 PM local time.
  • Proposal Validity: Minimum of 120 days.
  • Evaluation Factors: Past Performance (Quality and Timeliness of Delivery) and Price.
  • Weighting: Past performance is considered more important than price.
  • Eligibility: Offerors must receive a "limited confidence" rating in past performance.
  • Award Method: Tradeoff analysis.

Additional Notes

Paper copies will not be provided. Drawings are available but not on CD. The item is explosive, and a Safety Survey will be required. Offerors must ensure strict compliance with specifications and not predicate prices on anticipated deviations.

People

Points of Contact

Alison Maine 771-229-0502PRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: May 6, 2026
View
Version 1Viewing
Solicitation
Posted: May 6, 2026