ADAPTER ASSEMBLY,VA
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 Mechanicsburg, is soliciting for an Adapter Assembly, VA. This opportunity is designated as a Total Small Business Set-Aside. The required material is classified as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) due to its use in crucial shipboard systems, where failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). Proposals are due April 10, 2026.
Scope of Work
The contractor will provide Adapter Assembly, VA, specifically piece 27, consisting of Flange, piece 27-S1 and Nipple, Deck Fitting, piece 27-S2, in accordance with Newport News Drawing 6002-148. Key requirements include:
- Material Certification: Quantitative chemical and mechanical analysis for specified parts (e.g., Flange, piece 27-S1, Material MIL-C-15726, Alloy C71500). Re-certification is required if material properties are altered during fabrication.
- Testing: Non-Destructive Tests for weld repair, Visual and Dye Penetrant Inspection for weldments. All data concerning material verification, traceability, and NDT certifications must be 100% inspected.
- Welding/Brazing: Procedures and qualification data (CDRLs DI-MISC-80875 and DI-MISC-80876) must be submitted for review and approval within 120 days after contract award, prior to performing any welding or brazing.
- Quality System: Maintain a quality system in accordance with ISO-9001 (or MIL-I-45208 as an alternate) and calibration system requirements of ISO-10012 (or MIL-STD-45662). Inspection System Procedures (CDRL DI-QCIC-81110) are required for Level I/SUBSAFE material.
- Traceability: Maintain strict traceability for Level I/SUBSAFE materials, with unique traceability numbers and permanent markings per MIL-STD-792. Material certification reports must be traceable and reflect full compliance.
- Configuration Control: Adherence to configuration control, including submission of Waivers/Deviations and Engineering Change Proposals (ECPs) for Class I or II changes.
- Mercury Free: Materials must be mercury-free.
- Packaging: In accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: April 10, 2026, 8:30 PM EDT
- Published: March 12, 2026
- Delivery Schedule: Certification data CDRLs 20 days prior to delivery; Weld procedure/qual data 120 days after contract award; Final material delivery 365 days after contract effective date.
- Rating: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. Compliance with stringent quality assurance, material certification, and traceability requirements is critical.
Additional Notes
Offerors must request access to drawings on the SAM.gov solicitation page and email the Primary POC. Portsmouth NSY's DODAAC has changed to N50286. Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Wide Area Work Flow) prior to each shipment, using "Ship to" N50286, "Inspect by" N39040, and "Accept by" N39040, with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. No material is to be shipped prior to acceptance.