ADAPTER,STRAIGHT,TU
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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for a Total Small Business Set-Aside contract for ADAPTER,STRAIGHT,TU (Product Service Code 4730). This adapter assembly is for a crucial shipboard system and is designated as Special Emphasis Material, requiring stringent quality controls. Proposals are due by March 24, 2026, at 8:30 PM UTC.
Scope of Work
This opportunity requires the provision of a 1 1/2IPS X 1 1/2 -11 1/2 NPSH ADAPTER ASSEMBLY, conforming to Electric Boat Drawing 2621-002-03 and ERSTD-A1079. The material specified is MIL-C-15726, UNS Alloy C71500. Key requirements include:
- Quality Assurance: Adherence to ISO-9001 (or MIL-I-45208) with specific calibration system requirements (ISO-10012/ANSI-Z540.3/ISO-17025 or MIL-STD-45662). The contractor's quality system is subject to Government evaluation.
- Testing & Certification: Extensive non-destructive testing, chemical/mechanical analysis, and a Certificate of Compliance for Special Emphasis Material. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file.
- Manufacturing Standards: Strict guidelines for internal thread formation (cutting only), welding/brazing procedures (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248), and thread inspection per FED-STD-H28 series.
- Material Control: Mercury-free materials are mandatory. Rigorous traceability, marking, and re-certification processes are required for all materials, including electronic signature authentication for Level I certification documents.
- Government Oversight: Government Quality Assurance at source (DCMA QAR) is required.
- Packaging: Must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: March 24, 2026, 8:30 PM UTC
- Published: March 4, 2026
- Delivery: Certification data 20 days prior to scheduled delivery; final material 365 days after contract effective date.
- Warranty: One year (365 days) from date of delivery.
- Priority: DX/DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
Evaluation
Offers will be evaluated based on past performance (FAR 13.106(a)(2) and DFARS 252.213-7000) and the presence of an acceptable Quality Control Manual. Only sources with an approved manual are eligible for award.
Additional Notes
All contractual documents are "issued" electronically. Certification data and payment instructions will utilize Wide Area Work Flow (WAWF), with specific DODAACs for "Ship to" (N50286) and "Inspect by/Accept by" (N39040) at Portsmouth Naval Shipyard. The Electronic Contractor Data Submission (ECDS) system is available for questions and waiver requests. Buy American-Free Trade Agreements-Balance of Payments Program applies.