PISTON ASSY,3RD STG
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 (WSS) Mechanicsburg is soliciting proposals for PISTON ASSY, 3RD STG. This is a Total Small Business Set-Aside opportunity. The resultant award will be issued bilaterally, requiring contractor acceptance. Responses are due May 1, 2026.
Scope of Work
This solicitation is for the manufacture and supply of PISTON ASSY, 3RD STG. Key requirements include:
- Design: Must conform to specified Cage Code/Reference Number items (e.g., 1KWT0 057 523).
- Authorization: Offerors must be authorized distributors of the Original Equipment Manufacturer (OEM) and provide proof with their offer. Authorized resellers must procure parts directly from the OEM.
- Marking: Items must be physically identified in accordance with MIL-STD-130, REV N.
- Changes: Strict procedures for design, material, servicing, or part number changes, requiring Contracting Officer approval.
- Quality Assurance: Contractor is responsible for all inspection requirements. Government source inspection is required. Records of inspection must be maintained for 365 days post-delivery.
- Packaging: Preservation, Packaging, Packing, and Marking must comply with MIL-STD 2073 and the Schedule.
- Traceability: If not the manufacturer, a letter/official email from the OEM confirming authorized distributor status is mandatory.
- Pricing: If not previously purchased by NAVSUP WSS or if prices increased, provide NSN of similar item, previous NSN (if upgrade), or redacted invoices from commercial sales. Basis of pricing required if not in line with historical data.
Contract & Timeline
- Type: Solicitation (RFQ for a buy)
- Set-Aside: Total Small Business
- Response Due: May 1, 2026, 8:30 PM EDT
- Published: May 6, 2026
- Option: The Government intends to add an option quantity for increased supplies at the specified unit price.
Evaluation
Award will be a bilateral contract. Unit Price and Total Price must be FIRM. Government source inspection is required. Accelerated delivery is encouraged. Priority rating for national defense applies.
Additional Notes
This opportunity includes clauses for Buy American-Free Trade Agreements-Balance of Payments Program and Small Business Subcontracting Plan (DOD Contracts). All freight is FOB Origin. Mandatory use of Workflow Pro (WFP) Mod Assist Module.