NUT,SELF-LOCKING,HE
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 (NAVSUP Weapon Systems Support Mech) is seeking proposals for the supply of Self-Locking Nuts (Part Number MS21046C12S), designated as SPECIAL EMPHASIS material for crucial shipboard systems. This is a Total Small Business Set-Aside solicitation. The material requires Level I Joint Source Certification and adherence to stringent quality and traceability standards. Proposals are due by May 22, 2026.
Scope of Work
This opportunity involves the manufacture and supply of self-locking nuts, which are critical for shipboard systems. Key requirements include:
- Design & Material: Nuts must meet NASM25027 specifications, with material specified as SAE-AMS-QQ-S-763, Class 304. Internal threads must be cut, not cold-formed.
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration systems (ISO-10012 or ANSI-Z540.3/ISO-17025, or MIL-STD-45662). Quality system procedures must be submitted prior to award.
- Testing & Certification: Extensive testing is required, including Intergranular Corrosion, Dye Penetrant Inspection, Quality Conformance Tests, and First Article Testing (FAT). Certifications are mandatory for material, chemical, and mechanical analyses, with specific requirements for re-identification and re-certification if properties are altered.
- Traceability & Marking: Strict traceability must be maintained from material to certification test reports, with unique traceability numbers marked on the material per MIL-DTL-1222 and MIL-STD-792.
- Mercury-Free: All materials must be mercury-free.
- Government Inspection: Government Quality Assurance at source is required, and DCMA must be notified upon contract award.
Contract & Timeline
- Type: Solicitation (likely Firm Fixed-Price, given inspection clauses)
- Set-Aside: Total Small Business
- Response Due: May 22, 2026, 8:30 PM EDT
- Published: May 7, 2026
- Delivery Schedule: Certification data CDRLs are due 20 days prior to scheduled delivery. Final material delivery is required 365 days after the contract effective date.
- Priority Rating: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
Evaluation
Past performance will be considered in the evaluation of offers. Award is subject to Emergency Acquisition Flexibilities (EAF).
Additional Notes
All certification data must be submitted to Portsmouth Naval Shipyard (DODAAC N50286) via Wide Area Work Flow (WAWF) for review and acceptance prior to each shipment. The "Inspect by" and "Accept by" DODAAC is N39040. Contact Lydia M. Shaloka for inquiries.