PENETRATOR ASSEMBLY
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, is soliciting proposals for the refurbishment of Penetrator Assemblies. These assemblies are designated as SPECIAL EMPHASIS material for crucial shipboard systems, requiring stringent quality control. This solicitation was initially a Total Small Business Set-Aside, but an amendment has dissolved the set-aside, making it open competition. Proposals are due by April 6, 2026.
Scope of Work
This contract involves the refurbishment of penetrator assemblies, including:
- Inspection and Refurbishment: Cleaning, determining refurbishment feasibility, maintaining traceability of identifying markings (MIC code, heat/lot code, unique contractor traceability number/code).
- Part Management: Utilizing re-useable parts with material certifications, replacing non-useable or improperly marked parts with required certifications.
- Technical Compliance: Refurbishment must adhere to Naval Sea Systems Command Drawings (7066213, 5613012, 7491201), Electric Boat ERs, and Maintenance Standard 1110-081-022 Revision A (CSD553). Mechanical properties must align with ASTM-B150, and penetrator wiring modified per EB Specification 4707.
- Material Requirements: Specific parts (Body, Nut, Header, Washer) require materials like QQ-N-286 and Inconel 625 (SAE-AMS-5666), with quantitative chemical and mechanical analysis.
- Testing & Quality Assurance: Extensive testing certifications are required, including Post-Overhaul, Non-Destructive Tests (Weld Repair, Dye Penetrant, Ultrasonic Inspection), and Annealing/Age Hardening. Slow Strain Rate Tensile Tests must be performed by approved laboratories. A quality system compliant with ISO-9001 (or MIL-I-45208) and calibration system requirements (ISO-10012 or ANSI-Z540.3 with ISO-17025) is mandatory. Government Quality Assurance at source will be performed.
- Traceability: Strict traceability and certification requirements for Level I/SUBSAFE systems, including material marking and certification data (DI-MISC-81020).
- Welding: Specific welding procedures, qualification data, and Certificates of Compliance for weld filler metals are required, with restrictions on repair welding for QQ-N-286 material.
Contract & Timeline
- Type: Solicitation for a Firm Fixed Price (FFP) contract. Not-To-Exceed (NTE) pricing is acceptable under specific conditions.
- Delivery: Final delivery within 365 days. Early and incremental delivery is acceptable.
- Response Due: April 6, 2026, 8:30 PM EST (extended by amendment).
- Published: February 11, 2026 (latest amendment).
Evaluation
NAVSUP WSS Mech will consider past performance (Clause 252.213-7000) in the evaluation of offers.
Additional Notes
Drawings associated with this solicitation are available on SAM.gov but require restricted access approval. Interested vendors must email the Point of Contact (POC) to inform them of the request. The POC is CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL.