ELBOW
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, has issued a Solicitation for an ELBOW, identified under Product Service Code 4730 (Hose, Pipe, Tube, Lubrication, And Railing Fittings). This opportunity is a Total Small Business Set-Aside. Quotes are due by May 26, 2026.
Scope of Work
This solicitation is for the procurement of an ELBOW, requiring adherence to specific military specifications, technical data, and quality requirements. Contractors must comply with detailed instructions for item unique identification, quality assurance (MIL-I-45208), inspection, and acceptance. The contract includes clauses for stop-work orders, transportation of supplies by sea, and mandatory use of Workflow Pro (WFP) Mod Assist Module.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: May 26, 2026, 8:30 PM UTC
- Published: May 6, 2026
- Agency: Dept Of Defense, DEPT OF THE NAVY, NAVSUP WEAPON SYSTEMS SUPPORT MECH
Key Requirements & Submission
Technical documents, including the Individual Repair Part Ordering Data (IRPOD), drawings, and specifications, are available at the BPMI website (HTTPS://LOGISTICS.UNNPP.GOV/ECOMMERCE) and require pre-registration. Documents may be subject to NOFORN (Not Releasable to Foreign Nationals) restrictions. Contractors must specify the validity period for pricing if submitting via email or NECO.
Quality Assurance requirements are detailed in the IRPOD, and contractors must maintain an acceptable inspection system. Packaging must comply with MIL-PRF-23199, MIL-DTL-24466 for cleanliness controls, and MIL-STD 2073. Fire retardant packaging is no longer required. Mercury or mercury-containing compounds are prohibited from being intentionally added to hardware or supplies.
Cybersecurity Maturity Model Certification (CMMC) Level Requirements apply. Contractors must submit pre-manufacturing submittals (DI-QCIC-8871) within 45 days after contract award and Vendor Certified Reports of Test and Inspection (DI-QCIC-8872) at the end of the contract, with PCO authorization required for shipment.
Additional Notes
Contractual documents are considered 'issued' upon mailing, faxing, or electronic commerce. In case of conflict, Section "C" takes precedence over Section "D". An order of precedence for document conflict resolution is provided, with amendments taking highest priority. Requests for waivers/deviations on critical contracts must include justification and technical data, submitted via the Government Quality Assurance Representative (QAR) to the Post Award PCO.
Nuclear Reactor Publications not on the BPMI website must be requested from NAVSUP WSS-MECH, Code N943, with