HOUSING ASSEMBLY
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, solicited proposals for the repair and refurbishment of HOUSING ASSEMBLY components for crucial shipboard systems. This opportunity was designated as a Total Small Business Set-Aside and involved critical "SPECIAL EMPHASIS" material. The response period for this solicitation concluded on February 13, 2026.
Scope of Work
This solicitation required contractors to perform teardown, evaluation, inspection, and full repair of HOUSING ASSEMBLY components to "like new" or "A" condition. The refurbishment had to adhere to Drawing 845-5770309, Assembly 11A, with specific material and testing requirements detailed in the Statement of Work. The material is for crucial shipboard systems, necessitating stringent quality control.
Key Requirements
- Material Specifications: Detailed material requirements for components such as Body (ASTM-B369), Flanges (MIL-C-15726), Plates (QQ-N-281), Socket Head Cap Screws (QQ-N-286), and Tubing (MIL-T-16420).
- Testing & Certification: Extensive testing, including Certificate of Compliance for seamless tubing, Liquid Penetrant Inspection, Ultrasonic Inspection, Annealing and Age Hardening, Visual and Dye Penetrant Inspection for weldments, Weldability Test, and a Proof Pressure Test at 1050 PSI. Slow Strain Rate Tensile Tests for QQ-N-286 material had to be conducted by approved laboratories.
- Quality Assurance: Contractors were required to maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration system per ISO-10012/ANSI-Z540.3 (or MIL-STD-45662). Government Quality Assurance (DCMA QAR) at the source was required.
- Traceability: Critical for Level I/SUBSAFE material, requiring unique traceability numbers, heat-lot numbers, or heat-treat numbers, with 100% inspection of material verification, traceability, and NDT certifications. Material marking had to comply with MIL-STD-792.
- Waivers/Deviations: All waivers and deviations required review and approval by the Contracting Officer and submission via the Electronic Contractor Data Submission (ECDS) application.
Contract & Timeline
- Type: Solicitation for repair/refurbishment.
- Set-Aside: Total Small Business.
- Pricing: Offerors were to submit NOT TO EXCEED (NTE) or FIRM FIXED PRICE (FFP) for repair, along with a Beyond Repair (BR)/Beyond Economic Repair (BER) price. Shipping costs were not to be included.
- Deliverables: Certification Data CDRLs were due 20 days prior to scheduled delivery. Weld procedure and qualification data were due 120 days after contract award, with approval 60 days after receipt. Final material delivery was 90 days after the contract effective date.
- Response Concluded: February 13, 2026. An amendment was published on February 19, 2026, regarding the closing date and drawing publication.
Evaluation Factors
Past performance was considered in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Important Notes
This was a "DX" rated order under the Defense Priorities and Allocations System (DPAS). Government Furnished Property (GFP) was to be provided. Access to drawings had to be requested on SAM.gov, followed by an email to the Primary POC. The Portsmouth NSY DODAAC changed to N50286. The ECDS system (https://register.nslc.navy.mil/) was available for data submissions and inquiries.