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, NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the refurbishment of FITTING,EXTERNAL JA, specifically Connectorized Hull Penetrator Assemblies, which are critical Level I/SUBSAFE material for shipboard systems. This opportunity requires a Firm Fixed Price (FFP) for full repair, along with pricing for Beyond Repair (BR)/Beyond Economic Repair (BER) scenarios. Proposals are due March 13, 2026.
Scope of Work
The contractor will perform inspection, teardown, evaluation, and full repair of the items to "like new" or "A" condition. This includes ensuring material traceability, conducting extensive testing (visual, dye penetrant, ultrasonic, quality conformance), and adhering to strict material specifications (e.g., QQ-N-286, QQ-N-281). Welding and brazing processes must comply with specified military standards, and repair welding is prohibited on certain critical parts.
Contract Details & Timeline
- Type: Solicitation for Firm Fixed Price (FFP) contract.
- Set-Aside: None specified.
- Delivery: Final material delivery is required 365 days after the contract effective date. Certification data CDRLs are due 20 days prior to delivery, with PNSY review within 6 working days.
- Response Due: March 13, 2026, 8:30 PM UTC.
- Published: February 24, 2026.
Key Requirements & Evaluation
Offerors must possess an acceptable Quality Control Manual and maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 (or MIL-STD-45662). This is a Qualified Products List (QPL) requirement (24403 may change), and the procurement will not be delayed for unapproved sources. Past performance will be considered in evaluation. Government Quality Assurance at source (DCMA) is required. Commercial Asset Visibility (CAV) will be utilized, and shipping costs should not be included in quotes.
Submission & Contact Info
Proposals must include NTE (Not To Exceed) or FFP pricing for full repair, and a BR/BER price. Drawings are available on SAM.gov with restricted access; email the Primary POC after requesting access. Primary Contact: JORDAN.D.NEELY2.CIV@US.NAVY.MIL, 717-605-8197.