AFTERBODY TRIM POD
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 proposals for an AFTERBODY TRIM POD, identified as a SPECIAL EMPHASIS material for crucial shipboard systems. This opportunity is a Total Small Business Set-Aside. Proposals are due May 15, 2026.
Scope of Work
This solicitation requires the manufacture of an AFTERBODY TRIM POD in accordance with NAVSEA drawing 8436725 Find No. 19, Part No. 8436725-6. The material is designated as Level I, Scope of Certification, or Quality Assured due to its critical nature, where defects could lead to serious personnel injury, loss of life, or loss of shipboard systems.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Product/Service Code: 1355 (Torpedo Inert Components)
- Proposal Due: May 15, 2026 (Extended from March 27, 2026)
- Published: February 25, 2026
Key Requirements
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified/modified) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025. MIL-I-45208 with MIL-STD-45662 is an acceptable alternative.
- Traceability & Certification: Strict traceability is required for Level I/SUBSAFE systems, linking material to certification test reports via unique identifiers. Material marking must adhere to MIL-STD-792.
- Inspection & Acceptance: Inspection and Acceptance has been changed to Destination. The resulting award will not contain Government Source Inspection (GSI). However, the contractor's quality system and products are subject to Government evaluation and verification. Receiving inspection requires verification of traceability markings, legibility, and compliance of certification reports. Final inspection includes material sampling (ANSI/ASQ-Z1.4 or SPC) and 100% inspection of material verification, traceability, and NDT certifications.
- Waivers & ECPs: All waivers/deviations require Contracting Officer approval and classification (Critical, Major, Minor). Engineering Change Proposals (ECPs) are required for Class I or II changes impacting the equipment.
- Delivery: Certification data CDRLS are due 20 days prior to delivery, followed by an 18-working-day review by PNSY, with final material delivery 186 days after award.
- Payment: Invoices and receiving reports must be submitted via Wide Area Workflow (WAWF). Prompt Payment constructive acceptance period is 45 days.
- Mercury Free: Hardware and supplies must be free of mercury and mercury-containing compounds.
Additional Notes
Drawings associated with this solicitation are available on SAM.gov but require restricted access approval. Interested vendors should email the Point of Contact after requesting access. This is a DO certified order under DPAS.