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
May 7, 2026
3
Submission Deadline
May 20, 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 MECH, is soliciting for the manufacture and supply of COVER, PROTECTIVE, TO (NSN 1HM 1355-01-565-3246). This is a Total Small Business Set-Aside opportunity, issued under Emergency Acquisition Flexibilities (EAF). Proposals are due May 20, 2026.

Scope of Work

This requirement covers the manufacture and quality assurance of protective covers, which must meet specific design, manufacturing, and performance requirements detailed in drawing 8166339 (Cage 53711). Key specifications include marking in accordance with MIL-STD-129, configuration control managed under MIL-STD-973, and strict mercury-free material requirements due to the item's intended use on submarines/surface ships. Packaging must comply with MIL-STD-2073, and Item Unique Identification and Valuation (IUID) requirements apply. Preservation, protection from electrostatic/electromagnetic forces, hazardous materials compliance, Navy shelf-life, and reusable NSN containers are also specified.

Contract Details

  • Type: Solicitation (anticipated Firm Fixed-Price for supplies)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Delivery: Required within 380 days for CLINs 0001AA and 0001AB.
  • Quality Assurance: Contractors must provide and maintain a quality system acceptable to the Government, in accordance with ISO 9001.
  • Special Conditions: The resultant award will be issued bilaterally, requiring contractor acceptance prior to execution. This is a DO certified order for national defense under the Defense Priorities and Allocations System (DPAS).

Submission & Evaluation

  • Proposal Due: May 20, 2026, 8:30 PM EDT.
  • Evaluation: Past performance is considered more important than price. The Government intends to make a single award to the eligible, responsible, technically acceptable offeror whose offer is determined most advantageous.

Additional Notes

Access to drawings must be requested on the SAM.gov solicitation page. Technical inquiries, particularly regarding configuration, should follow MIL-STD-973 procedures. For general inquiries, contact Zachary R. Morrill at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL or (717) 605-1552.

People

Points of Contact

ZACHARY.R.MORRILL.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
Download
Download

Versions

Version 6
Solicitation
Posted: May 7, 2026
View
Version 5
Solicitation
Posted: May 6, 2026
View
Version 4Viewing
Solicitation
Posted: May 5, 2026
Version 3
Solicitation
Posted: May 4, 2026
View
Version 2
Solicitation
Posted: Mar 25, 2026
View
Version 1
Solicitation
Posted: Mar 25, 2026
View