66--FLOWMETER

SOL #: N0010426QFA98Pre-Solicitation

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

Totalizing Fluid Meter and Counting Device Manufacturing (334514)

PSC

Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments (6680)

Set Aside

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

Timeline

1
Posted
Dec 4, 2025
2
Last Updated
Mar 4, 2026
3
Response Deadline
Feb 26, 2026, 8:30 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 (NAVSUP WEAPON SYSTEMS SUPPORT MECH) intends to award a sole source contract for Flowmeters (NSN 7H-6680-016927188). This presolicitation notice indicates an intent to acquire 20 units directly from a sole source contractor under AMC 5 and AMSC P, meaning the Government does not own the data rights for additional sources, and reverse engineering is uneconomical. Despite the sole source intent, this opportunity is designated as a Total Small Business Set-Aside. Responsible sources, particularly small businesses, are invited to identify their interest and capability to respond. Proposals are due by February 26, 2026, 8:30 PM UTC.

Scope of Work

  • Item: Flowmeter, NSN 7H-6680-016927188, TDP VER 001
  • Quantity: 20 Each
  • Delivery Location: N50286, Portsmouth Naval Shipyard L1SS, Kittery, ME 03904
  • Acquisition Method: Sole source under AMC 5 (acquire directly from a sole source contractor not the manufacturer) and AMSC P (Government does not own data rights, uneconomical to reverse engineer).
  • Quality Requirement: Level 1 item, acquired from approved sources only. Offerors' inspection systems must conform to MIL-I-45208A or equivalent, certified by a joint DCMA/NAVSUP WSS survey team.

Contract & Timeline

  • Type: Presolicitation, intent to sole source (FAR 6.302-1)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: February 26, 2026, 8:30 PM UTC. The notice states that proposals received within 45 days (or 30 days if under an existing BOA) of publication will be considered.
  • Published: February 26, 2026, 9:35 AM UTC

Evaluation

The Government intends to solicit and negotiate with only one source. However, all responsible sources may identify their interest and capability or submit proposals. Information received will be used to determine if a competitive procurement is feasible. Award will be made only if the offeror, product/service, or manufacturer meets qualification requirements (FAR clause 52.209-1) at the time of award.

Additional Notes

Information regarding MIL-I-45208A requirements can be obtained from NAVSUP Weapon Systems Support, Code N97122. Military and Federal Specifications and Standards can be obtained from the DoD Single Stock Point (DODSSP) via ASSIST-Online (http://quicksearch.dla.mil/). Contact JORDAN D. NEELY at JORDAN.D.NEELY2.CIV@US.NAVY.MIL or (717)605-8197 for further details.

People

Points of Contact

JORDAN D. NEELY, N743.25, EMAIL JORDAN.D.NEELY2.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 6
Solicitation
Posted: Mar 4, 2026
View
Version 5
Solicitation
Posted: Feb 26, 2026
View
Version 4Viewing
Pre-Solicitation
Posted: Feb 26, 2026
Version 3
Solicitation
Posted: Jan 6, 2026
View
Version 2
Solicitation
Posted: Dec 5, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 4, 2025
View