FUSEHOLDER

SOL #: N0010426QAA56Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

Miscellaneous (99)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Apr 23, 2026
3
Submission Deadline
Jan 12, 2026, 8:30 PM

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 is soliciting proposals for the manufacture of a FUSEHOLDER, specifically part number 5700-12, CAGE 84613. This is a Total Small Business Set-Aside opportunity. Proposals are due by May 20, 2026.

Scope of Work

This contract requires the manufacture of a FUSEHOLDER, part number 5700-12, CAGE 84613, adhering to specified material and physical requirements.

Key Requirements

  • Manufacturing & Design: Must meet specific material and physical requirements for part number 5700-12, CAGE 84613.
  • Marking: Compliance with applicable Military Standards including MIL-STD-130, MIL-STD-1285, MIL-STD-454, and MIL-P-15024/5 (SHIPS).
  • Source Control: Only previously approved sources have been solicited. New suppliers must provide proof of prior approval, data on similar items, test data, or other qualifications to the Procurement Contracting Officer (PCO) for evaluation. Award will not be delayed pending new source approval.
  • Configuration Control: Adherence to MIL-STD-973, Paragraph 5.4.8, including Appendices D and E, for Engineering Change Proposals, Deviations, and Waivers.
  • Quality Assurance: The contractor is responsible for all inspection requirements, with the Government reserving the right to perform inspections. Inspection records must be maintained for 365 days post-delivery. GOVERNMENT SOURCE INSPECTION per FAR 52.246-2 is required.
  • Packaging: MIL-STD 2073 applies.
  • Ordnance Document (OD) Controlled Items: Award will only be made to vendors listed on OD36190. Substitute items require prior testing and approval.

Contract & Timeline

  • Type: Solicitation (implied Fixed-Price from description)
  • Set-Aside: Total Small Business
  • Delivery: 90 days after award.
  • Proposal Due: May 20, 2026, 8:30 PM EDT.
  • Published: April 23, 2026.

Additional Notes

Payment instructions are via Wide Area Workflow (WAWF) using an Invoice and Receiving Report (Combo), with inspection/acceptance at the source. FOB is Destination. Contact Amanda R. Hayward at amanda.r.hayward.civ@us.navy.mil or 717-605-5834 for inquiries.

People

Points of Contact

AMANDA.R.HAYWARD.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 4
Solicitation
Posted: Apr 23, 2026
View
Version 3
Solicitation
Posted: Jan 7, 2026
View
Version 2
Solicitation
Posted: Dec 17, 2025
View
Version 1Viewing
Solicitation
Posted: Dec 15, 2025