CARTRIDGE, CYAN
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 Mechanical, is soliciting quotations for CARTRIDGE, CYAN (NSN 1HM 7045-01-650-2971). This is a Total Small Business Set-Aside opportunity. The government is procuring this item for its weapon systems support operations. Quotations are due by January 22, 2026.
Scope of Work
This solicitation is for the manufacture and design of CARTRIDGE, CYAN, specifically Part Number GH5K60-250-12243 from Technology Dynamics, Inc. Technical requirements are detailed in Sections C, D, and E of the contract/purchase order, with Section C taking precedence in case of conflict. There are no technical drawings or data, as the part number is considered fully descriptive. Key requirements include:
- Exclusion of Mercury: No mercury or mercury-containing compounds shall be intentionally added or come into direct contact with hardware.
- Configuration Management: Contractors must maintain the total equipment baseline configuration and adhere to procedures for Engineering Change Proposals (ECPs) and Requests for Variance (RFVs). Class I ECPs require PCO modification, while Class II ECPs are at no additional cost.
- Packaging: Packaging must comply with MIL-STD-2073, MIL-PRF-23199, and MIL-DTL-24466 green poly bags, with specific cleanliness controls. Fire retardant packaging is no longer required.
- Item Unique Identification (IUID): Required per DFARS clause 252.211-7003 for items with a unit acquisition cost of $5,000 or more, or as specified. Marking must use 2D data matrix symbology (ISO/IEC 16022).
- Preservation, Packaging, Packing, and Marking: Detailed requirements are provided in WSSTERMDZ03, including MIL-STD-2073-1 for system stock, ASTM D3951 for immediate use/part number buys (CONUS), and MIL-STD-129 for marking. Specific instructions for Depot Level Repairable (DLR) labels, Special Material Identification Codes (SMIC), palletization (MIL-STD-147, MH1-2016), and Wood Packaging Material (ISPM 15) are included.
- Inspection and Acceptance: Will occur at the contractor's plant (origin).
Contract Details
- Contract Type: Solicitation (RFQ)
- Delivery: Required within 180 days of award.
- FOB: Destination.
- Pricing Validity: Offerors must specify the number of days their pricing is valid.
Submission & Evaluation
- Quotations Due: January 22, 2026.
- Evaluation: Award will be based on a Lowest Priced, Technically Acceptable methodology.
- Required Submissions: Standard Form 33 (Blocks 14-18), RFP Section B, and RFP Section K.
- Alternate Proposals: Not authorized.
- Discussions: The government intends to award without discussions but reserves the right to conduct them.
- Registration: Central Contractor Registration (SAM) is required for award.
Eligibility
This opportunity is a Total Small Business Set-Aside under FAR 19.5.
Contact Information
For inquiries, contact Thomas M. Falcone at THOMAS.M.FALCONE.CIV@US.NAVY.MIL or 564-230-2219.