HULL PENETRATOR
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, is soliciting proposals for the refurbishment of Hull Penetrator assemblies. This opportunity is designated as a Total Small Business Set-Aside. The work involves comprehensive repair and certification of these critical shipboard components. Proposals are due by September 14, 2026.
Scope of Work
This solicitation requires the teardown, evaluation, inspection, and full repair of Hull Penetrator assemblies to "like new" or "A" condition. These items are classified as SPECIAL EMPHASIS material (Level I) due to their crucial role in shipboard systems, where failure could lead to serious personnel injury or loss of the ship. Key tasks include:
- Inspection and identification of markings, ensuring traceability.
- Replacement of non-useable or improperly marked parts with required certifications.
- Refurbishment according to Naval Sea Systems Command Drawing 8212306 and Maintenance Standard 1110-081-022 Revision B.
- Quantitative chemical and mechanical analysis for specific parts (e.g., Body, Nut, Washer, Header) made from materials like QQ-N-286 or SAE-AMS-5666.
- Performance of various tests including Post-Overhaul, Non-Destructive, Dye Penetrant, and Ultrasonic Inspections, with required certifications.
- Adherence to strict pressure and test time tolerances.
- Compliance with thread inspection requirements (FED-STD-H28 series) and specific welding/brazing procedures (S9074-AR-GIB-010A/278, 0900-LP-001-7000).
- Prohibition of molybdenum disulfide thread lubricants and cold forming of internal threads.
Contract & Timeline
- Type: Solicitation (seeking NTE pricing or FFP for repair, plus BR/BER price).
- Set-Aside: Total Small Business.
- Response Due: September 14, 2026, 8:30 PM Eastern Time.
- Published: February 24, 2026.
- Delivery: Final material delivery required on or before 126 days after contract effective date. Certification data CDRLs are due 20 days prior to scheduled delivery.
Key Requirements
Offerors must provide a Certificate of Compliance for all furnished items, ensuring traceability to individual markings and full compliance with specifications. A robust Quality System is required, in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 (or MIL-STD-45662). Extensive material traceability and certification requirements are detailed, including procedures for handling Government Furnished Material (GFM/GFE) and subcontractor inspection. Waivers/Deviations and Engineering Change Proposals (ECPs) require specific submission processes and approvals. This is a "DO" rated order under DPAS and utilizes Emergency Acquisition Flexibilities (EAF) and Commercial Asset Visibility (CAV).
Evaluation
Past performance will be considered in the evaluation of offers.
Additional Notes
Access to drawings, if included in the solicitation, must be requested on the individual solicitation page on SAM.gov, followed by an email to the Primary POC. Portsmouth NSY's DODAAC has changed to N50286.