CONNECTOR,PENETRATI
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 manufacture and delivery of CONNECTOR,PENETRATI components. This opportunity is designated as a Total Small Business Set-Aside and involves Special Emphasis Material for crucial shipboard systems, specifically the SSN 688 Class Vertical Launch System. The contract requires strict adherence to quality assurance, testing, and traceability standards. Proposals are due by September 15, 2026.
Scope of Work
This solicitation covers the manufacture and design of Penetrator, Hull, Electrical, Cable Harness Assemblies, Pressure-Proof in accordance with Electric Boat (EB) Specification 3004 and 3004/1. Key components include Body, Cover, Nut, Washer (QQ-N-286), and Body, Receptacle (QQ-N-281). The material is classified as Level I/SUBSAFE, necessitating stringent control procedures to prevent failure, which could result in serious injury or loss of the ship.
Key Requirements
- First Article Approval (Government Testing): Required for one Penetrator Assembly unit, with evaluation of First Article Testing valued at $59K.
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance at source is mandated.
- Testing & Certification: Extensive testing, including Non-Destructive Tests, Dye Penetrant Inspection, Visual Magnification, Annealing, Age Hardening, and Ultrasonic Inspection, is required. Certifications for material chemical and mechanical analysis are critical, with specific approved laboratories for Slow Strain Rate Tensile Tests.
- Traceability: Full material traceability, identified by unique numbers (heat-lot, heat-treat), must be maintained through all processes, including subcontracted operations, to the finished component. All traceability markings must be permanent and legible.
- Welding/Brazing: Procedures and personnel must be qualified under specified Navy standards. Repair welding is not permitted on QQ-N-286 material.
- Configuration Control: Contractors must manage configuration, including waivers, deviations, and Engineering Change Proposals (ECPs).
- Mercury Free: No mercury or mercury-containing compounds are permitted to be intentionally added or come into contact with hardware.
Contract & Timeline
- Contract Type: Solicitation (DO rated order under DPAS)
- Set-Aside: Total Small Business
- Response Due: September 15, 2026, at 20:30:00Z
- Published Date: March 3, 2026
- Delivery: Final material delivery is required on or before 365 days after the effective contract date.
- CDRLs: Certification data due 20 days prior to delivery; weld procedure and qualification data due 120 days after contract award for approval.
Submission & Evaluation
- Submission: Certification data must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040), with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. No material is to be shipped prior to acceptance.
- Evaluation: Past performance will be considered in accordance with DFARS 252.204-7024.
- Drawings: Access to drawings must be requested on SAM.gov, followed by an email to the Primary POC.
Additional Notes
This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). Portsmouth NSY's DODAAC has changed to N50286.