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 Mechanicsburg, is soliciting proposals for CONNECTOR,PENETRATI components, specifically Hull, Electrical, Cable Harness Assemblies, Pressure-Proof for SSN 688 Class Vertical Launch System. This is a Total Small Business Set-Aside. The components are designated as Special Emphasis Material due to their critical role in shipboard systems, where failure could lead to serious injury, loss of life, or loss of the ship. Proposals are due April 6, 2026.
Scope of Work
The contract requires the manufacture and design of penetrator connectors according to Electric Boat (EB) Specification 3004, with specific material and testing certifications. This includes:
- Manufacturing components like Body, Cover, Nut, Washer, and Receptacle from specified materials (QQ-N-286, QQ-N-281).
- Performing various tests including Non-Destructive Tests, Dye Penetrant Inspection, Visual Magnification, Ultrasonic Inspection, and Quality Conformance/Compliance Inspection.
- Conducting a dielectric voltage withstanding test at 1000 VAC for 60 seconds.
- Adhering to strict pressure and thread inspection tolerances.
- Prohibiting molybdenum disulfide thread lubricants and cold forming of internal threads.
- Following specific welding and brazing procedures, with repair welding not permitted on QQ-N-286 material.
Key Requirements
- First Article Approval (Government Testing): Required for one unit, subject to destructive testing.
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) and ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternate system per MIL-I-45208 with MIL-STD-45662 is acceptable.
- Government Quality Assurance: Source inspection by a Government representative (DCMA QAR) is required.
- Traceability & Certification: Critical for Level I/SUBSAFE systems, requiring unique traceability numbers and comprehensive material certification test reports.
- Configuration Control: Strict procedures for Waivers/Deviations and Engineering Change Proposals (ECPs) are in place.
- Mercury-Free: All materials must be free of mercury and mercury-containing compounds.
Contract & Timeline
- Type: Solicitation (DO rated order under DPAS)
- Set-Aside: Total Small Business
- Proposal Due: April 6, 2026, 8:30 PM EDT
- Published: March 6, 2026
- Contact: Benjamin T. Spangler (benjamin.t.spangler.civ@us.navy.mil, 771-229-0573)
Evaluation Factors
Past performance will be considered in the evaluation of offers in accordance with DFARS 252.204-7024.
Submission Details
- Drawings: Access must be requested on the SAM.gov individual solicitation page, followed by an email to the Primary POC.
- 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 shipment prior to acceptance.
- Welding Procedures: Welding procedure and qualification data must be submitted within 120 days after contract award for approval, which is required prior to any welding. Review will occur within 90 days of receipt.
- ECDS: The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for questions, clarifications, and waiver requests.