BODY,DYNAMIC SEAL
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 (NAVICP-MECH), is seeking quotations for 8 units of BODY,DYNAMIC SEAL (NSN 5820 011586886) for use on Navy submarines. This solicitation, initially set aside for small businesses, has been amended to remove the small business set-aside, making it an unrestricted procurement. Quotations are due by April 3, 2026.
Scope of Work
This procurement requires the manufacture and supply of 8 BODY,DYNAMIC SEAL units according to detailed specifications. These seals are critical components for Navy submarines. Key requirements include adherence to Drawing RE-D102152, specific marking per MIL-STD-130, and strict configuration control via MIL-STD-973. A crucial aspect is the "Mercury Free" requirement, prohibiting mercury contamination due to its corrosive and toxic effects on submarine systems.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quotation - RFQ)
- Set-Aside: None (Unrestricted)
- Response Due: April 3, 2026, 8:30 PM EDT
- Published Date: March 5, 2026
- Issuing Office: NAVSUP WEAPON SYSTEMS SUPPORT MECH
Evaluation Factors
Award will be made to the responsible offeror whose quotation represents the best value to the Government. Evaluation will consider both price and non-price factors.
- Price
- Non-Price Factors:
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with better lead times rated higher.
- Past Performance: Assessment of successful performance on related contracts, including quality, timeliness, cost management, communication, proactive management, and customer satisfaction.
- Weighting: All non-price evaluation factors, when combined, are approximately equal to price.
Quality Assurance & Documentation
Offerors must adhere to stringent quality requirements. The supplier's Quality Inspection System must comply with MIL-I-45208 or ISO 9001 and ISO/IEC 17025 or ISO 10012. A written Quality Inspection and Test Plan (CDRL A001) must be developed and submitted for Government approval prior to production. Key documentation includes:
- 100% Visual/Dimensional Inspection of production lot units, with actual measurements recorded.
- Production Lot Testing/Inspection Reports (CDRL A002) including Certified Mill Certification, Visual/Dimensional Inspection Report, and Mercury Exclusion Certification. Government approval of these reports is required before shipment.
- Objective Quality Evidence Data (OQEDs) must be maintained and traceable by drawing, heat, serial, and contract number. Final inspection and acceptance will be conducted by the cognizant DCMA-QAR in conjunction with NSWCPD Quality Assurance Specialists.
Contact Information
For general inquiries regarding this solicitation, contact Sagan Kakkar at sagan.kakkar.civ@us.navy.mil or 717-605-9121. For post-award notifications to NSWCPD, contact matthew.j.ogilvie.civ@us.navy.mil.