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 proposals for COVER,PROTECTIVE,TO (Torpedo Inert Components, PSC 1355). This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The resulting award will be a bilaterally accepted contract. Proposals are due by May 20, 2026.

Scope of Work

This solicitation covers the manufacture and supply of protective covers. Key requirements include:

  • Meeting design, manufacture, and performance specifications detailed on drawing 8166339 (Cage 53711).
  • Marking in accordance with MIL-STD-129.
  • Configuration control managed under MIL-STD-973.
  • Material must be mercury-free and free from contamination, intended for use on submarines/surface ships.
  • Packaging, packing, and marking must comply with MIL-STD-2073.
  • Compliance with Item Unique Identification and Valuation (JAN 2023) requirements.
  • Protection from degradation due to electrostatic/electromagnetic forces.
  • Adherence to Navy shelf-life requirements and use of reusable NSN containers for certain items.

Contract Details

  • Type: Solicitation, resulting in a bilateral award.
  • Set-Aside: Total Small Business Set-Aside.
  • Delivery: Required within 380 days for CLIN 0001AA and 0001AB.
  • Inspection/Acceptance: At destination (FOB-DESTINATION).
  • Payment: Via Wide Area Workflow (WAWF).
  • Warranty: One year from date of delivery for supplies of a noncomplex nature.
  • Priority Rating: This is a DO certified order for national defense under the Defense Priorities and Allocations System (DPAS).
  • Response Due: May 20, 2026, 8:30 PM EDT.
  • Published: May 6, 2026.

Evaluation Factors

Award will be made to the eligible, responsible, technically acceptable offeror whose proposal is determined most advantageous, with past performance being more important than price.

Important Notes

  • A quality system acceptable to the Government, in accordance with ISO 9001, is required. Suppliers currently using MIL-I-45208 may continue to do so.
  • Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the listed Point of Contact.
  • All contractual documents are considered "issued" upon deposit in mail, facsimile, or electronic commerce methods.
  • Contact for inquiries: 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
View
Download
Download

Versions

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