PERISCOPE SUBASSEMB
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, through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for a PERISCOPE SUBASSEMB, specifically focusing on the Left Training Handle Stuffing Box Assembly. This opportunity requires the supply of 2 units of this critical component, designated as SPECIAL EMPHASIS material. The response deadline is April 6, 2026. The previously designated Small Business Set-Aside has been dissolved, making this an unrestricted competition.
Scope of Work
This solicitation is for the manufacturing and supply of the Left Training Handle Stuffing Box Assembly, in accordance with Kollmorgen drawing 056666 and PL056666. The material is classified as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured), necessitating stringent control procedures. Key requirements include quantitative chemical and mechanical analysis for parts like the Stuffing Box Plug (ASTM-B21, Alloy C46400, Temper H02), and certifications for Non-Destructive Tests and Hydrostatic Pressure Tests. Welding, brazing, O-ring groove inspection, and thread inspection must adhere to specific military and industry standards (e.g., S9074-AR-GIB-010A/278, FED-STD-H28 series). The use of molybdenum disulfide thread lubricant is prohibited; Anti-galling compound A-A-59004 must be used. Internal threads must be cut, not cold-formed. The contract is a "DX" rated order for national defense use.
Contract & Timeline
- Opportunity Type: Solicitation
- Quantity: 2 units
- Set-Aside: None (Small Business Set-Aside dissolved)
- Response Due: April 6, 2026, 8:30 PM EST
- Published Date: February 23, 2026
- Contract Quality Requirement: Higher-Level (NAVICP REVIEW FEB 1991)
- Warranty: One year from date of delivery for supplies of a noncomplex nature.
Key Requirements & Quality Assurance
Offerors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208 as an alternate) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance (GQA) at source is required. Extensive material traceability and certification are mandatory for Level I/SUBSAFE systems, including unique traceability numbers and detailed test reports. Electronic signatures on certification documents are accepted under controlled conditions. Certification data, including Test Certifications (CDRL DI-MISC-80678) and Chemical/Mechanical Certifications (CDRL DI-MISC-81020), must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040). No material is to be shipped prior to acceptance. Past performance will be considered in evaluation.
Additional Notes
Access to drawings must be requested on the individual solicitation page on SAM.gov. Waivers/deviations and Engineering Change Proposals (ECPs) require Contracting Officer approval. Packaging must comply with MIL-STD 2073.