PLUG,ANODE RETAININ
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 Mech, is soliciting proposals for Plug, Anode Retaining components. This procurement is designated as a Total Small Business Set-Aside and involves Special Emphasis Material (Level I) crucial for shipboard systems. This procurement is issued pursuant to Emergency Acquisition Flexibilities. Proposals are due by July 13, 2026.
Scope of Work
This opportunity requires the supply of Plug, Anode Retaining in accordance with NAVSEA drawing 5959186 Piece 2 (excluding o-ring and zinc anode). The material must be MIL-C-15726, Alloy C71500 (Temper 060 Rod) or Forged MIL-C-24679 Alloy C71500. The components are for a critical shipboard system, emphasizing the need for correct and defect-free material to prevent serious personnel injury, loss of life, or loss of vital shipboard systems.
Key Requirements & Quality Assurance
Contractors must adhere to stringent quality standards, including ISO-9001, ISO-10012, or ANSI-Z540.3 with ISO-17025. Specific testing includes Ultrasonic Inspection and Dye Penetrant Inspection on the Plug, Anode Retaining (starting material and after machining, respectively), following standards like T9074-AS-GIB-010/271. Hydrostatic testing per General Note 11 of drawing 5959186 is NOT required. All threads must be inspected per FED-STD-H28 series. Mercury and mercury-containing compounds are prohibited.
Certifications and Traceability: Comprehensive certifications are required for tests, chemical/mechanical analysis, and compliance. These must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect/Accept by N39040). No material is to be shipped prior to acceptance. Traceability from material to certification test reports is mandatory, with unique traceability numbers marked on the material.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Proposal Due: July 13, 2026, 8:30 PM EDT
- Published: May 13, 2026
- Delivery Schedule: Certification Data CDRLs 20 days prior to scheduled delivery; PNSY review 45 working days; Final material delivery 365 days. Early and incremental delivery is acceptable at no additional cost.
Evaluation & Submission
Past performance will be considered in accordance with DFARS 252.204-7024. Drawings associated with this solicitation are restricted access on SAM.gov; interested vendors must request access and then email the Point of Contact (POC) to inform them of the request.
Additional Notes
Detailed procedures for waivers, deviations, and Engineering Change Proposals (ECPs) are provided. The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for data submissions, questions, and waiver requests. Contact: Amanda L. Bailey at AMANDA.L.BAILEY50.CIV@US.NAVY.MIL or 717-605-3354.