EPD HOLDER, HEAD & HOLDER, CHEST NUC
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 Portsmouth Naval Shipyard (PNSY) GF, is soliciting quotations for the fabrication of EPD Holders, Chest and EPD Holders, Head. This is a Total Small Business Set-Aside opportunity. Bids will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. Quotations are due by May 21, 2026, at 8:00 AM ET.
Scope of Work
This Request for Quotation (RFQ) requires the fabrication of:
- EPD Holder, Chest: 400 Each, in accordance with attached drawings (e.g., Dosimeter Panel for Chest with Neck Strap).
- EPD Holder, Head: 200 Each, in accordance with attached drawings (e.g., EPD Holder, Head, LL-R00-6041).
Freight costs must be included in the respective Contract Line Items (CLINs). The required delivery date is ASAP, with an expected schedule of 50 weeks after receipt of order. The place of performance is Kittery, ME.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quotation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 21, 2026, 8:00 AM ET
- Published Date: May 7, 2026
- Delivery: ASAP, 50 weeks after receipt of order
Evaluation & Submission
Quotes will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, considering:
- Technical Capability: Vendors must provide applicable Non-Destructive Testing (NDT) procedures (Ultrasonic and Liquid Penetrant) per MIL-STD-2132D and evidence of compliance with Higher-Level Contracting Quality Requirements (MIL-I-45208 or ISO 9001/9002).
- Delivery Schedule: Offerors must indicate their ability to meet the 50-week delivery schedule.
- Price: Provide lowest pricing terms for all line items, including delivered prices, availability, and price source.
- Past Performance: Include at least three relevant projects performed within the last five years.
Offers must be emailed to ina.nason.civ@us.navy.mil. Vendors must be registered in SAM and indicate their business size. The RFQ is on an "All or None" basis, and CPARS evaluation procedures apply.
Operations Security (OPSEC) Requirements
Contractors performing work at Portsmouth Naval Shipyard must adhere to stringent Operations Security (OPSEC) requirements. This includes protecting Critical Information and Indicators (CII) from exploitation. An OPSEC Plan, signed by the Prime contractor, may be required prior to the contract's start date. Contractors and subcontractors are responsible for preventing inadvertent disclosure of sensitive information, including to foreign entities. Prohibited disclosures include publicizing CII on corporate newsletters, social media, or personal email accounts. All media inquiries must be directed to the PNSY Security and Public Affairs Office. Disclosure of CII can lead to severe consequences, including contract termination and criminal prosecution. Restrictions on Portable Electronic Devices (PEDs) within the shipyard also apply, requiring coordination and adherence to shipyard guidance.