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 MECH, is soliciting proposals for the manufacture of an AFTERBODY TRIM POD. This opportunity is designated as a Total Small Business Set-Aside and involves providing critical components for shipboard systems, classified as SPECIAL EMPHASIS material (Level I, SUBSAFE, or DSSP). Proposals are due by May 13, 2026, at 8:30 PM EDT.
Scope of Work
The contractor will be responsible for manufacturing the AFTERBODY TRIM POD in accordance with NAVSEA drawing 8436725 Find No. 18, Part No. 8436725-5, and other specified requirements. This material is for crucial shipboard systems where failure could lead to serious personnel injury, loss of life, or loss of vital shipboard systems. The resulting contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Key Requirements
- Quality System: Contractors must provide and maintain a quality system compliant with ISO-9001 (amplified), ISO-10012, ANSI-Z540.3, ISO-17025, or acceptable alternatives like MIL-I-45208 with MIL-STD-45662. The quality system is subject to Government evaluation and audit.
- Traceability & Certification: Strict material traceability and certification are required for all components, especially Level I/SUBSAFE/DSSP materials. This includes unique traceability markings, chemical/mechanical analysis, and re-certification if material properties are altered. Certification data must be positive and unqualified.
- Inspection: Government Quality Assurance (GQA) at the source is required. Contractors must maintain adequate inspection records, and all materials are subject to rigorous receiving and final inspections, including 100% inspection for traceability and certification data. Material sampling for final inspection will follow ANSI/ASQ-Z1.4 or military specifications.
- Configuration Control: The contractor must maintain the total equipment baseline configuration and follow procedures for Waivers/Deviations and Engineering Change Proposals (ECPs).
- Material Handling: Documented control procedures for Government Furnished Material (GFM/GFE) and raw materials are mandatory, including segregation, protection, and reporting of damaged property.
- Mercury-Free: All hardware and supplies must be free of intentionally added mercury or mercury-containing compounds.
- Packaging: Preservation, packaging, packing, and marking must comply with MIL-STD 2073.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: May 13, 2026, 8:30 PM EDT
- Published Date: February 12, 2026
Additional Notes
Drawings associated with this solicitation are restricted access on SAM.gov. Interested vendors must request access and then email the Point of Contact (POC) to inform them of the request. The ECDS system (https://register.nslc.navy.mil/) is available for data submissions and inquiries.
Contact Information
For questions, contact Ashton K. Perry at ashton.k.perry.civ@us.navy.mil or 717-605-7574.