DYNOMOMETER, 700 LB
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 (WSS) Mech, is soliciting proposals for a 700 LB Dynamometer. This is a Total Small Business Set-Aside opportunity, requiring adherence to specific technical documentation, quality assurance, and packaging standards. Proposals are due by April 3, 2026, at 8:30 PM UTC.
Scope of Work
This procurement is for a 700 LB Dynamometer. The effort involves manufacturing and delivery in accordance with detailed technical specifications, including Individual Repair Part Ordering Data (IRPOD), drawings, and military specifications. Compliance with cybersecurity maturity model certification requirements is also mandated.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: April 3, 2026, 8:30 PM UTC
- Published: March 4, 2026, 10:43 AM UTC
- Agency: Department of the Navy, NAVSUP WEAPON SYSTEMS SUPPORT MECH
- Product Service Code: 6695 (Combination And Miscellaneous Instruments)
Key Requirements
- Technical Documentation: Access to IRPOD, drawings, and other technical data is available at https://logistics.unnpp.gov/ecommerce (requires pre-registration). These documents are NOT RELEASABLE TO FOREIGN NATIONALS (NOFORN) without prior approval from the Naval Sea Systems Command.
- Order of Precedence: In case of conflict, amendments take precedence, followed by the schedule of supplies, terms and conditions, IRPOD, STRs, drawings, and specifications.
- Waivers/Deviations: Requests for delivery date extensions or waivers/deviations must be submitted with detailed justification, including an evaluation of impact on quality, form, fit, or function, and supporting technical data for alternate items. These requests are processed through the Government Quality Assurance Representative (QAR) to the Post Award PCO.
- Quality Assurance: The contractor must provide and maintain an inspection system acceptable to the Government, with specific requirements detailed in the IRPOD.
- Packaging: Packaging must comply with MIL-PRF-23199, MIL-DTL-24466 green poly bags for cleanliness control (e.g., MIL-STD-767, MIL-STD-2041). Fire retardant packaging is no longer required. MIL-STD 2073 also applies.
- Deliverables: Vendor Certified Reports of Test and Inspection (per DI-QCIC-8872) are required, to be submitted to NAVSUP-WSS, Code N9433, at the End of Contract (EOC). Authorization to ship material must be obtained from the PCO.
Additional Notes
All contractual documents are considered 'issued' upon deposit in mail, fax, or email transmission. Prospective bidders should specify the number of days their pricing is valid. Contact: TAYLOR.BLOOR@NAVY.MIL, 7712290099.