HOSE ASSEMBLY,NONME
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 (WSS) Mech is soliciting proposals for the repair of HOSE ASSEMBLY,NONME. This is a Solicitation issued as a Total Small Business Set-Aside. The opportunity involves a Firm-Fixed Price Purchase Order, with an initial Not-to-Exceed price for evaluation, subject to downward negotiation. Quotes are due by June 8, 2026.
Scope of Work
This requirement is for the repair of HOSE ASSEMBLY,NONME, including associated quality assurance and packaging. Bidders must provide their Repair Turn Around Time (RTAT) and Throughput Constraint with their quote. The initial quote will be for a Not-to-Exceed price to cover opening, inspection, and evaluation of the item, with subsequent downward negotiation. Inspection and acceptance will occur at the origin, with FOB Origin terms applying.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm-Fixed Price Purchase Order (Not-to-Exceed price for initial evaluation)
- Set-Aside: Total Small Business Set-Aside (DEV 2026-O0037)
- Response Due Date: June 8, 2026, 8:30 PM ET
- Published Date: May 7, 2026
- Pricing Validity: Quotes must be valid for 90 days after the closing date, unless otherwise specified.
Key Requirements & Instructions
- Technical Documentation: Applicable documents, including Individual Repair Parts Ordering Data (IRPOD), drawings, and technical data, are available at HTTPS://LOGISTICS.UNNPP.GOV/ECOMMERCE. Pre-registration and a password are required to access this site.
- Document Precedence: In case of conflict, the order of precedence is: Amendments to the Purchase Order/Contract, Schedule of Supplies, Terms and Conditions, IRPOD, Invoked Standard Technical Requirements (STRs), Drawings, and Specifications.
- Vendor Waivers/Deviations: Requests for delivery date extensions or waivers/deviations must be justified with an explanation of the cause, reason for non-conformance, and an offer of consideration. Technical data is required for proposed alternate items.
- Quality Assurance: Requirements are detailed in the IRPOD. Contractors must maintain an inspection system acceptable to the Government.
- Packaging: Specific packaging requirements apply, including MIL-PRF-23199 and MIL-DTL-24466 green poly bags, especially for items subject to cleanliness controls. MIL-STD 2073 packaging also applies. Fire retardant packaging is no longer required.
- Mercury Exclusion: Mercury or mercury-containing compounds shall not be intentionally added to or come into direct contact with hardware or supplies.
- Deliverables: A Certificate of Compliance (DI-MISC-81356) is required at the time of material delivery for each unique combination of Contract/Purchase Order Number, National Stock Number, and Item Nomenclature.
Contact Information
For questions, contact THOMAS.M.FALCONE.CIV@US.NAVY.MIL or call (564) 230-2219.