MATERIAL,RADAR ABSO
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, through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting Firm-Fixed Unit Price quotes for Radar Absorbent Material (RAM) Sheets, Type CIIIC Triple Band, for use on Navy submarines. This is a New Spare Buy requirement. Quotes are due by June 8, 2026.
Scope of Work
This procurement requires the manufacture and supply of Radar Absorbent Material (RAM) Sheets, NSN: 1HS 2040 014213254 SQ, REF NO: 4491223 ITEM 20. The material must meet specific design, manufacturing, and quality requirements outlined in Drawing 4491223 and NAVSEA Documents 8212859 (Unclassified), 8212859-1 (Classified), and 05057161 (Unclassified). Key requirements include:
- Material: RAM Sheet, Type CIIIC Triple Band, classified as CONFIDENTIAL.
- Manufacturing: Must include applicable manufacturing facility and packaging house (MIL-STD-2073-1E w/CHANGE 4 applies).
- Mercury-Free: Strict adherence to mercury-free material and manufacturing processes is mandatory.
- Security Clearance: Contractors must possess a Government Security Clearance and authorized access to classified documents (DD Form 254 applies).
- First Article Testing (FAT): Required, with a detailed procedure and report submission. Qualitative electrical test results are submitted to NSWCPD via WAWF, while classified quantitative results are sent directly to NUWC Division Newport, RI.
- Quality System: Supplier's Quality System Plan must comply with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012.
- Shipping: Deliveries are split between DLA Distribution Norfolk, VA (SV3117) and DLA Distribution San Diego, CA (SV3218). Early/Partial Delivery is authorized and desired.
Contract & Timeline
- Type: Solicitation for a New Spare Buy, Firm-Fixed Unit Price.
- Competition: No specific set-aside designated. Evaluation will be Lowest Price Technically Acceptable (LPTA) at or below the simplified acquisition threshold (FAR 15.101-2). AMC 1 (suitable for competitive acquisition) applies, however, AMSC H indicates the Government lacks sufficient data to purchase from other than current sources, implying potential limitations.
- Response Due: June 8, 2026, 8:30 PM EDT.
- Published: May 8, 2026.
- Award: Resultant award will be issued bilaterally, requiring contractor's written acceptance.
Additional Notes
Offerors must provide proof of being an authorized distributor of the original manufacturer's item if applicable. Technical inquiries (other than MIL-STD-973 related) must be on company letterhead. Clauses incorporated include DFARS 252.211-7003 (Item Unique Identification and Valuation) and FAR 52.246-23 (Limitation of Liability).