BAR,METAL
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 the procurement of BAR, METAL for crucial shipboard systems. This requirement is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured), necessitating stringent control procedures. This opportunity is a Total Small Business Set-Aside. Proposals are due by April 13, 2026, at 8:30 PM ET.
Scope of Work
The contract requires the supply of Nickel-copper alloy bar, rod, plate, sheet, strip, wire, forgings, and structural and special shaped sections, primarily conforming to QQ-N-281 Class A, Form 1, Size 3/4 Inch (Round), with a hot finished condition and ground or rough turned surface. Key requirements include:
- Material Specifications: Adherence to QQ-N-281, with specific modifications and acceptable revisions as per CSD155 in ECDS.
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) and ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternate system per MIL-I-45208 with MIL-STD-45662 is acceptable. The quality system and products are subject to Government evaluation and inspection.
- Traceability & Certification: Strict traceability from material to certification test reports is mandatory for Level I/SUBSAFE systems. Material must be mercury-free. Quantitative chemical and mechanical analysis is required, with re-certification if material properties are altered.
- Marking & Handling: Permanent and temporary marking requirements for traceability are detailed, including MIL-STD-792. Material handling procedures must prevent commingling and ensure traceability.
- Configuration Control: The contractor must maintain the total equipment baseline configuration. Waivers, deviations, and Engineering Change Proposals (ECPs) for Class I or II changes require Government approval via ECDS.
Contract & Timeline
- Type: Solicitation (resultant award will be issued bilaterally).
- Set-Aside: Total Small Business.
- Response Due: April 13, 2026, 8:30 PM ET.
- Published: March 13, 2026, 10:55 PM ET.
- Warranty: One year from date of delivery.
- Payment: Wide Area Work Flow (WAWF) is required for payment and certification data submission.
- Priority Rating: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
- Quantity: A variation in quantity of -10% of the total contract quantity is allowed.
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2). Final inspection will be based on zero defects, with sampling per ANSI/ASQ-Z1.4, and 100% inspection for traceability and certification.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Ship to N50286, Inspect by N39040, Accept by N39040, email PORT_PTNH_WAWF_Notification@navy.mil) for review and acceptance prior to each shipment. Access to drawings, if included, must be requested on SAM.gov and followed up with an email to the POC. The ECDS system (https://register.nslc.navy.mil/) is available for data submissions and inquiries.