O-RING, .500 TUBE
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 MECH, has issued a Solicitation for the procurement of O-RING, .500 TUBE components. This opportunity is designated as a Total Small Business Set-Aside. Proposals are due by March 9, 2026, at 8:30 PM EST.
Scope of Work
This contract requires the manufacture of O-RING, .500 TUBE components, specifically part number MS28778-8 cage 0U583. Key requirements include:
- Manufacturing and Design: Components must meet material and physical specifications for p/n MS28778-8 cage 0U583.
- Marking: Items must be marked in accordance with applicable Military Standards such as MIL-STD-130, MIL-STD-1285, MIL-STD-454, and MIL-P-15024/5.
- Configuration Control: MIL-STD-973, Paragraph 5.4.8, Configuration Control (Short Form Procedure), is incorporated. Contractors must submit Engineering Change Proposals, Requests for Deviations, and Requests for Waivers per MIL-STD-973.
- Shelf Life: Items must have not less than 85 percent shelf-life remaining at the time of receipt by the first Government activity, as mandated by DOD 4140.27-M and MIL-STD-129P. Specific marking for Type I and Type II shelf-life items is required.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: March 9, 2026, 8:30 PM EST
- Published: February 6, 2026, 11:08 AM EST
- Delivery: Required within 90 days.
Evaluation & Quality Assurance
Government Source Inspection per FAR 52.246-2 is required. The contractor is responsible for performing all inspection requirements. Awards for items described on Source Control Drawings (SCD) will only be made to vendors listed on the SCD; substitute items require prior testing and approval. If proposing an alternate item for a commercial brand name description, a complete technical description must be submitted for government review.
Additional Notes
Payment instructions are via Wide Area Workflow (WAWF). Specific instructions for obtaining applicable documents (e.g., DODSSP, Ordnance Standards) are provided. Contractors must furnish prior approval data (NSN, manufacturer, drawing number, previous contract) if offering an exact duplicate of a previously approved item.