N0010425QNE92 - COVER, PROTECTIVE, TO

SOL #: N0010425QNE92Solicitation

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

Search (334511)

PSC

Torpedo Inert Components (1355)

Set Aside

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

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
May 20, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting quotations for COVER, PROTECTIVE, TO (NSN 1HM 1355-01-565-3246) under Emergency Acquisition Flexibilities (EAF). This is a Total Small Business Set-Aside opportunity, falling under Product Service Code 1355 (Torpedo Inert Components). Quotations are due by close of business on October 27, 2025.

Scope of Work

This Request for Quotations (RFQ) requires the design, manufacture, and performance of protective covers in accordance with drawing <8166339> (Cage <53711>). Key requirements include:

  • Marking: In accordance with MIL-STD-129.
  • Configuration Control: Managed under MIL-STD-973.
  • Material: Must be mercury-free and free from mercury contamination.
  • Packaging: Shall comply with MIL-STD-2073.
  • Identification: Item Unique Identification and Valuation (JAN 2023) requirements apply.
  • Preservation: Detailed requirements for system stock, immediate use/installation, and government-owned material.
  • Protection: From degradation due to electrostatic/electromagnetic forces.
  • Hazardous Materials: Compliance with Performance Oriented Packaging (POP) and submission of Material Safety Data Sheets (MSDS).
  • Quality Assurance: A quality system acceptable to the Government, in accordance with ISO 9001.
  • Other: Navy shelf-life requirements and reusable NSN containers for certain items.

Contract & Timeline

  • Type: Solicitation (RFQ), award will be issued bilaterally, requiring contractor acceptance.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Delivery: Required within 380 days.
  • Inspection & Acceptance: Will occur at the destination.
  • Quotations Due: October 27, 2025 (close of business).
  • Published Date: March 25, 2026.

Evaluation

Award will be made to the eligible, responsible, technically acceptable offeror whose offer is determined most advantageous to the Government. Past performance is considered more important than price. The solicitation incorporates various FAR and DFARS clauses by reference.

Additional Notes

Technical requirements are detailed in Sections C, D, E, and Attachments. Inquiries should be directed to Zachary R Morrill at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL or (717)605-1552. Information regarding ordering references for specifications and standards is provided.

People

Points of Contact

Zachary R MorrillPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 25, 2026
Version 1
Solicitation
Posted: Mar 25, 2026
View