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 has issued a solicitation for the procurement of a BELL CRANK component. This is a Total Small Business Set-Aside opportunity for a critical shipboard system, requiring specialized manufacturing and stringent quality control. Proposals are due June 23, 2026.
Scope of Work
This solicitation is for the manufacture and delivery of a Bell Crank in accordance with Naval Sea Systems Command drawing 751-6402626 and DN6402626A1, Find 1. The component is designated as "SPECIAL EMPHASIS material" due to its use in a crucial shipboard system where failure could lead to serious consequences.
Key Requirements
- Material: QQ-N-286, annealed (hot finished or cold drawn) and age hardened, finish A or B. No weld repair allowed on QQ-N-286 material.
- Testing: Required certifications for annealing, age hardening, and ultrasonic inspection on starting material (QQ-N-286, T9074-AS-GIB-010/271, or MIL-STD-2132). Slow Strain Rate Tensile Tests for QQ-N-286 must be performed by specified laboratories.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662).
- Traceability: Strict traceability from material to certification test reports is required for Level I/SUBSAFE systems, including unique traceability markings on the material.
- Configuration Control: Contractor must maintain total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) require Government approval.
- Mercury Free: No mercury or mercury-containing compounds allowed.
- Packaging: Must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: June 23, 2026, 8:30 PM ET
- Published: February 19, 2026
- Delivery: Final material delivery on or before 365 days after the effective contract date.
- Certification Data: CDRLs must be submitted 20 days prior to scheduled delivery for Portsmouth Naval Shipyard review/acceptance.
Quality Assurance & Compliance
Government Quality Assurance (GQA) at source is required. Contractors must provide documented quality system procedures prior to award. Receiving and final inspections are detailed, including material sampling per ANSI/ASQ-Z1.4 and 100% inspection for traceability and certification data. Certification data must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect/Accept by N39040).
Submission & Contact
Access to drawings needs to be requested on the SAM.gov solicitation page, followed by an email to the Primary POC. Primary Point of Contact: JORDAN.D.NEELY2.CIV@US.NAVY.MIL, 717-605-8197.