NUT,SPECIAL
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, is soliciting proposals for the supply of a "NUT,SPECIAL" for crucial shipboard systems. This material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured), requiring stringent control procedures. This opportunity is a Total Small Business Set-Aside. Proposals are due by March 20, 2026, 8:30 PM UTC.
Scope of Work
The requirement is for the manufacturing and delivery of a "Nut" in accordance with NAVSHIPS drawing 803-4385050, piece 70, and DRN 4385050-C2. The material must be QQ-N-286, with quantitative chemical and mechanical analysis required. Specific testing includes Annealing, Age Hardening, Ultrasonic Inspection, and Dye Penetrant Inspection. Internal threads must be cut, not cold formed. Slow Strain Rate Tensile Tests must be performed by one of the specified approved laboratories. K-MONEL Fasteners have detailed heat treatment requirements, and thread inspection must adhere to the FED-STD-H28 series.
Quality Assurance & Traceability
A robust quality system is mandatory, compliant with ISO-9001, ISO-10012, ANSI-Z540.3, ISO-17025, or MIL-I-45208. Government Quality Assurance (GQA) at source is required. Extensive traceability and certification are critical for this Level I/SUBSAFE material, including unique traceability numbers and permanent material marking. Electronic signatures are acceptable for certifications, provided specific control procedures are followed. A Certificate of Compliance (Special Emphasis C of C), detailing specific information, is required. Detailed procedures for material handling, receiving inspection, discrepancy reporting, and final inspection are outlined.
Contract & Timeline
This is a Solicitation issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The order is "DO" rated for national defense use under the Defense Priorities and Allocations System (DPAS). Proposals are due March 20, 2026, 8:30 PM UTC. Certification Data CDRLs are due 20 days prior to scheduled delivery, with final material delivery 365 days after the contract effective date. WAWF instructions specify "Ship to" N50286, "Inspect by" N39040, and "Accept by" N39040, with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL.
Evaluation & Submission
Past performance will be considered in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. If drawings are included, access must be requested on the SAM.gov solicitation page, followed by an email to the Primary POC. The Primary POC is ALANA.M.BOYER2.CIV@US.NAVY.MIL.