Portlight 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 FLT LOG CTR PUGET SOUND, is soliciting proposals for Portlight Assemblies. This requirement is for a Firm Fixed-Price contract to procure fixed portlight assemblies for delivery to Yokosuka, Japan. This opportunity is a Total Small Business Set-Aside. Offers are due by April 7, 2026, at 10:00 AM.
Scope of Work
This solicitation is for the procurement of Fixed Portlight Assemblies, specifically 16 inches in diameter, with a deadlight cover (inside) but without installation fasteners. The required material is Aluminum with a Clear lens. Specific installation method modifications are detailed, referencing part numbers PC NO. 22, 25, 30, 20, and 21, while PC No. 6, 8, 9, and 27 are not required. The item must comply with DFARS 252.211-7003 for Item Identification and Valuation, requiring DoD unique identification. The referenced drawing is 805-1749037 Rev D ASSY 99 MOD.
Contract Details
- Type: Firm Fixed-Price contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335132, Size Standard: 600 employees
- Product Service Code: 6210 (Indoor And Outdoor Electric Lighting Fixtures)
- Place of Performance: Yokosuka, Japan
- Award: Single award for all items.
Submission & Evaluation
- Offer Due Date: April 7, 2026, 10:00 AM
- Questions Deadline: Two days prior to the solicitation closing date. Submit questions and drawing requests via email to lily.p.nguyen.civ@us.navy.mil.
- Evaluation Factors: Technical capability, delivery date, price, and past performance (no order of relative importance).
- Invoicing: Invoices will be submitted via WAWF (Wide Area WorkFlow).
- Exceptions: All exceptions to the solicitation's terms, conditions, and specifications must be noted; otherwise, no exceptions will be assumed.
Additional Notes
Offerors must provide the Manufacturer's Name, Manufacturer's Size, Part Number, and Country of Origin for CLIN 0001. Offerors must be registered in SAM.gov to receive an award. Packaging and marking must comply with ASTM-D-3951 and include specific information such as NSN/FSN/Part Number, noun nomenclature, quantity, contract number, and origin/destination. Shipments are FOB Origin, with the Government arranging and paying for transportation via NAVSUP WSS.