AN/BPS-16 RADAR MAS
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 the AN/BPS-16 Radar Mast. This is a Total Small Business Set-Aside opportunity for critical shipboard system material. The procurement is a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and is issued pursuant to Emergency Acquisition Flexibilities (EAF). Proposals are due by May 6, 2026.
Scope of Work
This solicitation requires the provision of AN/BPS-16 Radar Masts in accordance with Sperry Marine Inc. Drawing 1978732 and Parts List PL1978732. The material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) due to its crucial role in shipboard systems, where failure could result in serious injury, loss of life, or loss of vital systems/ship. Key requirements include:
- Material Certification: Quantitative chemical and mechanical analysis for parts requiring certification (e.g., Mast, Item 1, made from QQ-N-286).
- Testing: Hydrostatic Pressure Test, Ultrasonic Inspection, Dye Penetrant Inspection, and Annealing/Age Hardening, with specific performance and acceptance criteria. Slow Strain Rate Tensile Tests must be performed by approved laboratories.
- Manufacturing: Internal threads must be formed by cutting (cold forming not acceptable), inspected per FED-STD-H28 series. Anti-galling compound A-A-59004 must be used as thread lubricant.
- Welding/Brazing: Must adhere to S9074-AR-GIB-010A/278 and S9074-AQ-GIB-010/248, with procedures and qualification data submitted for approval.
- Configuration Control: Contractor must maintain total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) require review and approval via the Electronic Contractor Data Submission (ECDS) system.
- Mercury Free: Hardware and supplies must be free of mercury and mercury-containing compounds.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Product Service Code: 5985 (Antennas, Waveguide, And Related Equipment)
- Response Due: May 6, 2026, 8:30 PM EST
- Published: February 17, 2026
- Delivery: Final material delivery on or before 365 days after contract effective date. Certification data 20 days prior to delivery.
Quality & Compliance
Contractors must provide and maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance (GQA) at source is required, with DCMA QAR involvement. Extensive material traceability and certification requirements are in place for Level I/SUBSAFE systems, including specific marking and documentation standards.
Submission Requirements
- Certification Data: Must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to each shipment via Wide Area Work Flow (WAWF). "Ship to" N50286, "Inspect by" N39040, "Accept by" N39040, with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL.
- Past Performance: NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers.
- Drawings: Access to drawings requires a request on the individual solicitation page on SAM.gov, followed by an email to the Primary POC.
Contact Information
- Primary Point of Contact: Benjamin Spangler, benjamin.t.spangler.civ@us.navy.mil, 771-229-0573.