MK70 Booster Ballast Kits
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, NSWC Indian Head Division, has issued Solicitation N0017426R1012 for a Firm Fixed Price (FFP) supply contract to fabricate, inspect, and deliver MK 70 Booster Ballast Hardware Kits. This is a Total Small Business Set-Aside. Proposals are due by April 23, 2026, at 3:00 PM local time.
Scope of Work
The contractor will be responsible for the fabrication, inspection, testing, and delivery of MK70 Booster Ballast Hardware Kits, packaged for use, in accordance with the Statement of Work (SOW) and applicable drawing package. Each kit consists of specific components detailed in the SOW, requiring application of Isoloss LS Foam and composite cork. Workmanship must be defect-free, with unit traceability records for raw materials and sub-components, and serialization starting at K1000. Compliance with various technical documents, commercial specifications, and SAE standards (e.g., AS6174 for counterfeit material) is mandatory. This is a follow-on requirement to N0017423D0001.
Contract Details
- Contract Type: Firm Fixed Price (FFP) supply contract.
- Period of Performance: Base year plus four (4) consecutive 12-month option years, anticipated from June 30, 2026, to June 30, 2031.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5). The small business performing the award must perform at least 50% of the work.
- NAICS Code: 332999.
- PSC: 1340 (Rockets, Rocket Ammunition And Rocket Components).
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self is required.
- Place of Performance: Indian Head, MD.
Submission & Evaluation
Proposals are due electronically by April 23, 2026, at 3:00 PM local time. Offers must be submitted in three separate volumes: Technical, Past Performance, and Price, and must remain valid for 180 calendar days. Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Technical capability and past performance will be evaluated on an acceptable/unacceptable basis. Volume 1 (Technical) has a page limit of twenty (20) pages, which includes eighteen (18) pages for the "Inspection Plan & Shop Traveler" and two (2) pages for the "Proposed Delivery Schedule." Offerors must complete a Past Performance Matrix and request customers to submit Past Performance Questionnaires for non-CPARS records.
Deliverables & Requirements
Key deliverables outlined in the Contract Data Requirements List (CDRL) include a Manufacturing Plan, Quality Program Plan, Kit Acceptance Test Plan, Inspection Test Report, Certificates of Compliance and Analysis, Failure Analysis and Corrective Action Reports, and Program Progress Reports. First Article Testing (FAT) requirements are detailed, with specific delivery schedules and lead times (34-42 weeks).
Contact Information
For inquiries, contact IHD Contracts at IHD_Code0261@us.navy.mil.