NUT, STEM RETAINING
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, specifically NAVSUP Weapon Systems Support Mechanicsburg, has issued a solicitation for the procurement of "NUT, STEM RETAINING". This item is designated as SPECIAL EMPHASIS material (Level I) due to its critical role in shipboard systems, where failure could lead to serious injury, loss of life, or loss of the ship. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will be responsible for manufacturing and supplying "Stem Retaining Nuts" (Item 22A) in strict accordance with Naval Sea Systems Command Drawing 845-4558769. The required material is ASTM-B505, Alloy C90300, and weld repair is explicitly not permitted on this material. The scope includes rigorous testing certifications, particularly visual inspection for each nut, and adherence to thread inspection standards (FED-STD-H28 series or ASME B1 equivalent). Comprehensive quality assurance, configuration control, and material traceability are paramount, including compliance with ISO-9001 and specific calibration system requirements.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Proposal Due: July 27, 2026, 8:30 PM ET
- Published: January 7, 2026
- Delivery Schedule: Certification Data CDRLs are due 20 days prior to scheduled delivery, with final material delivery required 365 days after the contract's effective date.
- Priority: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and is issued under Emergency Acquisition Flexibilities (EAF).
Evaluation Factors
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. Technical capability to meet the stringent material, quality, and traceability specifications will be a key factor.
Submission & Special Instructions
Offerors must request access to drawings on the Government's beta.SAM website and then email the Primary Point of Contact. Certification data, including test results, must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF) for review and acceptance prior to each shipment. WAWF entries require "Ship to" N50286, "Inspect by" N39040, and "Accept by" N39040, with email notifications to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL and LYDIA.M.SHALOKA.CIV@US.NAVY.MIL. No material is to be shipped without prior acceptance. Contractors must maintain a documented quality system compliant with ISO-9001 or MIL-I-45208.
Contact: Lydia M. Shaloka at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL or 215-697-4717.