MK22 Motor Tubes Solicitation N0017426R0002

SOL #: N0017425SN0005Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC INDIAN HEAD DIVISION
INDIAN HEAD, MD, 20640-1533, United States

Place of Performance

Indian Head, MD

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

Rockets, Rocket Ammunition And Rocket Components (1340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 2, 2025
2
Last Updated
Jan 22, 2026
3
Submission Deadline
Feb 12, 2026, 8:00 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, NSWC Indian Head Division, is soliciting proposals for MK22 Motor Tubes under Solicitation N0017426R0002. This is a Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure motor tubes for assembly in MK 22 Rocket Motors. This requirement is a 100% Total Small Business Set-Aside. Proposals are due by February 12, 2026.

Scope of Work

The contractor will be responsible for fabricating, inspecting, testing, and delivering motor tubes in accordance with drawing 525-174-0131. Key requirements include:

  • Designing and fabricating necessary tooling.
  • Applying a "Brown Band" as specified in Attachment 1.
  • Performing First Article Testing (FAT) and submitting an Inspection Test Plan.
  • Conducting hydrostatic proof testing per drawing 525-174-0152.
  • Performing dimensional inspections and submitting Final Dimensional Inspection Reports (CDRL A001).
  • Providing Certificates of Compliance (CDRL A003, A006) and Certificates of Analysis (CDRL A002).
  • Maintaining a quality system compliant with ISO 9001:2015 or equivalent.
  • Complying with Cybersecurity Maturity Model Certification (CMMC) Level I Self requirements (DFARS 252.204-7012 and NIST SP 800-171).
  • The government intends to use specification MIL-H-18911 for tubing finish.

Contract & Timeline

  • Contract Type: Firm Fixed-Price (FFP) IDIQ
  • Period of Performance: April 5, 2026, to April 5, 2031 (Base + 4 Option Years)
  • Set-Aside: 100% Total Small Business Set-Aside
  • NAICS: 332999
  • PSC: 1340 (Rockets, Rocket Ammunition And Rocket Components)
  • Place of Performance: Indian Head, MD, United States
  • Proposal Due: February 12, 2026, 8:00 PM EST
  • Published: January 22, 2026 (latest amendment)

Evaluation

Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical capability will be evaluated on an acceptable/unacceptable basis. Past performance will be assessed using the provided Past Performance Matrix (Attachment 4) and Questionnaires (Attachment 3) for contracts within the last three years. Price will be the determining factor among technically acceptable offers.

Additional Notes

This is a follow-on requirement to N0017422D0032. The government will provide Government Furnished Property (GFP) within 30-60 business days post-award. No further questions regarding the RFP or amendments will be accepted.

People

Points of Contact

Diane Hicks, Contract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Solicitation
Posted: Jan 22, 2026
Version 6
Solicitation
Posted: Jan 7, 2026
View
Version 5
Solicitation
Posted: Jan 5, 2026
View
Version 4
Solicitation
Posted: Dec 29, 2025
View
Version 3
Solicitation
Posted: Dec 19, 2025
View
Version 2
Solicitation
Posted: Dec 2, 2025
View
Version 1
Solicitation
Posted: Dec 2, 2025
View