FITTING,EXTERNAL JA
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 Mechanicsburg, has issued a solicitation for the repair and refurbishment of "FITTING,EXTERNAL JA" components, identified as Connectorized Hull Penetrator Assemblies. These are designated as SPECIAL EMPHASIS material critical for shipboard systems. The requirement is for teardown, evaluation, inspection, and full repair to "like new" or "A" condition. Proposals are due by February 27, 2026.
Scope of Work
This opportunity involves the comprehensive repair of critical shipboard components. Key aspects include:
- Inspection: Clean, determine refurbishment possibility, record identifying markings, and maintain traceability.
- Material Requirements: Specific chemical and mechanical analysis for parts like Penetrator Body, Cover, Nut, and Washers, adhering to standards like QQ-N-286 and QQ-N-281.
- Testing & Certification: Required certifications for visual, dye penetrant, ultrasonic inspections, quality conformance, annealing, age hardening, and time-temperature plots.
- Quality Control: Adherence to ISO-9001, ISO-10012, or ANSI-Z540.3 with ISO-17025 (or MIL-I-45208 with MIL-STD-45662). Strict traceability for Level I/SUBSAFE systems.
- Special Processes: Detailed requirements for thread inspection (FED-STD-H28 series), welding/brazing (S9074-AR-GIB-010A/278, etc.), and use of approved laboratories for Slow Strain Rate Tensile Tests. Repair welding is prohibited on certain components.
- Configuration Control: Contractors must maintain total equipment baseline configuration and submit waivers/deviations and Engineering Change Proposals (ECPs) via ECDS.
- Other: Mercury-free materials, Certificate of Compliance for Special Emphasis Material, Government Quality Assurance at source (DCMA notification), and subcontractor quality requirements.
Contract & Timeline
- Type: Solicitation for repair services. Offers should provide Not To Exceed (NTE) pricing or Firm Fixed Price (FFP) for full repair, plus a Beyond Repair (BR)/Beyond Economic Repair (BER) price.
- Set-Aside: None specified.
- Response Due: February 27, 2026, at 8:30 PM EST.
- Published: February 13, 2026.
- Delivery: Final material delivery is required 365 days after the effective date of the resulting contract.
Evaluation
Award will consider past performance in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. Only sources with an acceptable Quality Control Manual are eligible. This procurement will not be delayed for approving additional sources, especially for Qualified Products List (QPL) items.
Additional Notes
This is a Level 1 Repair and a DO rated order under DPAS. Drawings are available on SAM.gov with restricted access; request access and then email the Primary POC. Shipping costs should not be included as the government will handle shipping. The contract utilizes Commercial Asset Visibility (CAV). The Portsmouth NSY DODAAC has changed from N00102 to N50286.