HULL PENETRATOR
SOL #: N0010426QFC63Solicitation
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
Current-Carrying Wiring Device Manufacturing (335931)
PSC
Connectors, Electrical (5935)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 24, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Sep 14, 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 Mechanicsburg has issued a Solicitation for the refurbishment and repair of HULL PENETRATOR components. This opportunity is designated as a Total Small Business Set-Aside and involves SPECIAL EMPHASIS material critical for shipboard systems, requiring Level 1 Repair. Proposals are due by September 14, 2026.
Scope of Work
This contract requires the inspection, refurbishment, and repair of Hull Penetrator components to "like new" or "A" condition. Key aspects include:
- Inspection & Refurbishment: Cleaning, disassembly, recording identifying markings, and refurbishment according to Naval Sea Systems Command Drawing 8212306, Maintenance Standard 1110-081-022 Revision B (CSD695).
- Material Requirements: Use of specific materials like QQ-N-286 and SAE-AMS-5666, with detailed chemical and mechanical analysis and certification for parts such as Body, Nut, Washer, and Header.
- Testing: Required tests include Post-Overhaul, Non-Destructive Tests (Weld Repair, Dye Penetrant, Ultrasonic), Annealing and Age Hardening, and Mechanical Property Testing. Specific performance and acceptance criteria are outlined.
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012/ANSI-Z540.3 (or MIL-STD-45662). Government Source Inspection (GSI) is required, and the contractor's quality system procedures must be submitted prior to award.
- Traceability & Certification: Strict traceability from material to certification test reports (DI-MISC-81020) is mandatory for Level I/SUBSAFE systems, including unique traceability numbers and material markings. Electronic signatures are acceptable under specific controls.
- Welding & Brazing: Must comply with S9074-AR-GIB-010A/278 and other specified standards, with required procedure and qualification data submissions for review and approval. Repair welding is not permitted on QQ-N-286 material.
Contract & Timeline
- Type: Solicitation (seeking NTE or Firm Fixed Price)
- Set-Aside: Total Small Business
- Response Due: September 14, 2026, 8:30 PM EDT
- Published: March 2, 2026
- Delivery: Final material delivery on or before 126 days after contract effective date.
- Rating: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
Key Requirements
- Submit Not To Exceed (NTE) pricing or Firm Fixed Price (FFP), including teardown, evaluation, inspection, and full repair. Also provide a beyond repair (BR)/beyond economic repair (BER) price.
- Past performance will be considered in the evaluation.
- This order is issued pursuant to Emergency Acquisition Flexibilities (EAF).
- Drawings access requires a request on the individual solicitation page on beta.SAM, followed by an email to the Primary POC.
- Do not include shipping costs; government-implemented shipping systems will be used.
Contact Information
For inquiries, contact ALANA.M.BOYER2.CIV@US.NAVY.MIL or call 717-605-1234.
People
Points of Contact
ALANA.M.BOYER2.CIV@US.NAVY.MILPRIMARY