COUPLING ASSY, 1/4
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 Mech, is soliciting for a 1/4 Inch Coupler Assembly. This is a critical "Special Emphasis Material" (Level I, Scope of Certification) item for shipboard systems, requiring stringent quality control and traceability. The opportunity is a Solicitation with no set-aside specified. Proposals are due by February 25, 2026.
Scope of Work
This solicitation is for the procurement of a 1/4 Inch Coupler Assembly in accordance with Snap-tite drawing B648-78357, P/N B648-2, with specific amplifications. Key requirements include:
- Oxygen Cleaning: Must comply with MIL-STD-1330.
- Material Certification: Required for parts like Adaptor, Body, and Sliding Sleeve, using QQ-N-281, Class A, Form 1, Hot Finished material.
- Testing: Includes Non-Destructive Tests for welds and Production Testing for each assembly per Test Specification TS-208.
- Pressure Tolerances: Detailed specifications for pressure tests below 100 PSIG, at/above 100 PSIG up to 2500 PSIG, and above 2500 PSIG.
- Thread Inspection: Internal threads must be cut, not cold-formed, and inspected per FED-STD-H28 series (System 21 or 22).
- Welding/Brazing: Must adhere to S9074-AR-GIB-010A/278, 0900-LP-001-7000, or S9074-AQ-GIB-010/248, with required procedure and qualification data submission.
- Mercury Free: No mercury or mercury-containing compounds are permitted.
- Quality Assurance: Requires a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration per ISO-10012/ANSI-Z540.3/ISO-17025 (or MIL-STD-45662). Government Quality Assurance at source is required.
- Traceability & Certification: Imperative for Level I/SUBSAFE systems, with unique traceability numbers, heat-lot numbers, and comprehensive material certification test reports. Electronic signatures are acceptable under specific controls.
Contract & Timeline
- Type: Solicitation
- Set-Aside: None specified
- Response Due: February 25, 2026, 8:30 PM EST
- Published: February 10, 2026
- Delivery: Final material delivery on or before 365 days after the effective contract date.
- Priority: This is a "DO" rated order certified for national defense use under DPAS, issued pursuant to Emergency Acquisition Flexibilities (EAF).
Key Instructions
- Certification Data: Must be submitted to Portsmouth Naval Shipyard via WAWF (Wide Area Work Flow) for review and acceptance prior to each shipment. WAWF details: "Ship to" N50286, "Inspect by" N39040, "Accept by" N39040. Email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL.
- Quality System Procedures: Suppliers of Level I/SUBSAFE material must submit current documented quality system procedures to the PCO prior to award.
- ECDS: The Electronic Contractor Data Submission system (https://register.nslc.navy.mil/) is available for certain data submissions, questions, and waiver requests.
Contact Information
For inquiries, contact ALANA.M.BOYER2.CIV@US.NAVY.MIL.