BELL CRANK
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 procurement of a Bell Crank, designated as SPECIAL EMPHASIS material (Level I/SUBSAFE) due to its critical use in shipboard systems. This is a Total Small Business Set-Aside opportunity. Proposals are due by June 23, 2026.
Scope of Work
This solicitation requires the supply of a Bell Crank in accordance with Naval Sea Systems Command drawings 751-6402626 and DN6402626A1, Find 1. The material must be QQ-N-286, annealed and age hardened, with specific finish requirements. No weld repair is allowed on QQ-N-286 material. The item is critical, and defective material could lead to serious personnel injury, loss of life, or loss of vital shipboard systems.
Key Requirements & Quality Assurance
Contractors must adhere to stringent quality requirements, including:
- Material Certification: Quantitative chemical and mechanical analysis is required for the Bell Crank, specifically for QQ-N-286. Certifications are needed for annealing, age hardening, and ultrasonic inspection on starting material (QQ-N-286 with diameter/parallel surfaces of 4 inches or greater).
- Testing: Slow Strain Rate Tensile Tests for QQ-N-286 must be performed by one of several specified laboratories.
- Quality System: Maintain a quality system in accordance with ISO-9001 (amplified/modified) with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-45662.
- Traceability: Strict traceability is required from material to certification test reports, identified by unique numbers (heat-lot, heat-treat). Material markings must be permanent per MIL-STD-792.
- Inspections: Contractor inspection records must be maintained and traceable. Government Quality Assurance at source is required, with DCMA QAR involvement. Receiving inspection includes verification of traceability, legibility, and compliance of certification reports. Final inspection requires 100% inspection of material verification data, traceability, and NDT certifications.
- Certificates of Compliance: A Special Emphasis C of C (CDRL DI-MISC-80678) is required, showing traceability to individual items and including specific contract/NSN details.
- Configuration Control: Contractors must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes. Waivers/Deviations require Contracting Officer approval.
- Mercury Free: Material must be mercury-free.
- DPAS Rating: Any awarded contract will be a "DX" rated order certified for national defense use under DPAS.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: June 23, 2026, 8:30 PM EDT
- Published: January 29, 2026
Submission & Drawing Access
Certification data (CDRLs) must be submitted to Portsmouth Naval Shipyard for review and acceptance via WAWF (Wide Area Work Flow) using specific "Ship to," "Inspect by," and "Accept by" codes (N50286, N39040, N39040 respectively) and email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. No material is to be shipped prior to acceptance. Drawings need to be uploaded; access must be requested on the SAM.gov solicitation page, followed by an email to the Primary POC.