PISTON,LINEAR ACTUA
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 Mechanicsburg) is soliciting proposals for a Linear Actuator Piston, designated as Special Emphasis Material (Level I) for crucial shipboard systems. This is a highly technical procurement requiring stringent quality, certification, and traceability standards. The solicitation is a Total Small Business Set-Aside. Proposals are due by March 17, 2026.
Scope of Work
This opportunity requires the manufacture of a Piston in accordance with NAVSHIPS drawing 4457086, part number 2, with specific dimensional modifications (OD 12.369 +.010 -.010). The material must be ASTM-B150, Alloy C63000, Temper O20, O25 or O30. Key requirements include:
- Quantitative chemical and mechanical analysis for material certification.
- Non-Destructive Testing for weld repair and production welds.
- Adherence to specific welding, brazing, and thread inspection standards (e.g., FED-STD-H28 series, MIL-STD-792).
- Strict configuration control, including procedures for Waivers/Deviations and Engineering Change Proposals (ECPs).
- Mercury-free manufacturing process.
- Certificate of Compliance for all furnished items.
Quality Assurance & Traceability
Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Source Inspection (GSI) will be performed at the source. Traceability is paramount for Level I/SUBSAFE systems, requiring unique identification numbers and material markings. All material certifications, test reports, and NDT certifications will undergo 100% inspection.
Contract Details & Submission
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
- Delivery: Certification Data CDRLs 20 days prior to scheduled delivery; final material delivery 365 days after contract effective date.
- Priority: This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and issued under Emergency Acquisition Flexibilities (EAF).
- Submission: Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Wide Area Work Flow) to "Ship to" N50286, "Inspect by" N39040, "Accept by" N39040. The ECDS (Electronic Contractor Data Submission) system is available for other submissions and inquiries.
- Response Due: March 17, 2026
- Published: October 17, 2025
Contact Information
For inquiries, contact CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL or 717-605-3229.