66--INDICATOR SUBASSEMB

SOL #: N0010425QZE04Solicitation

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

No set aside specified

Timeline

1
Posted
Nov 19, 2025
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Dec 22, 2025, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting offers for the manufacture and supply of INDICATOR SUBASSEMB (Product Service Code 6680). This is a Total Small Business Set-Aside opportunity. The contract will be "DO" certified under the Defense Priorities and Allocations System (DPAS). Offers are due by February 23, 2026.

Scope of Work

This solicitation covers the manufacture and quality requirements for the INDICATOR SUBASSEMB. Key requirements include:

  • Supply of INDICATOR SUBASSEMB designed by Cage Code 0BHF9, reference number 9211-04-1012.
  • Physical identification in accordance with MIL-STD-130, REV N, 16 NOV 2012.
  • Strict adherence to mercury-free requirements for materials intended for use on submarines/surface ships, with specific protocols for approval if mercury is a functional part.
  • Compliance with MIL-STD 2073 for preservation, packaging, packing, and marking.

Contract Details

  • Type: Solicitation (Award will be bilateral)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 334514 (Measuring, Medical, and Controlling Devices Manufacturing)
  • Size Standard: 850 Employees
  • Delivery: CLIN 0001AA requires delivery within 260 days.
  • Warranty: One year from date of delivery.
  • Option: Includes an option for increased quantity, exercisable within 365 days after award. Offerors are requested to submit pricing for this option.
  • Payment: Wide Area Workflow (WAWF) payment instructions apply, including Stand-Alone Receiving Report - Certifications or COMBO - Receiving Report & Invoice - Material.

Submission Requirements

  • OEM Authorization: If the offeror is not the Original Equipment Manufacturer (OEM), the OEM's name and CAGE must be stated, and a signed letter of authorization as a distributor on the OEM's letterhead must be provided.
  • Packaging Location: If packaging occurs at a different location, the facility's name, street address, and CAGE must be provided.
  • Changes in Design: Specific codes (1-6) govern changes in design, material, servicing, or part number, with most requiring written approval from the NAVICP-MECH Contracting Officer.

Key Dates

  • Offers Due: February 23, 2026, 8:30 PM EST
  • Published: January 28, 2026

Additional Notes

Contractual documents are considered "issued" when deposited in mail, transmitted by facsimile, or sent by electronic commerce methods like email. The contract will be a rated order under DPAS. Offerors are responsible for all inspection requirements and must maintain records for 365 days after final delivery.

People

Points of Contact

JOCELYNE.DZONANGFOUEGO.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 5
Solicitation
Posted: Jan 28, 2026
View
Version 4
Pre-Solicitation
Posted: Jan 28, 2026
View
Version 3
Solicitation
Posted: Dec 19, 2025
View
Version 2Viewing
Solicitation
Posted: Nov 20, 2025
Version 1
Pre-Solicitation
Posted: Nov 19, 2025
View