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 (NAVSUP FLT LOG CTR PUGET SOUND) is soliciting proposals for Portlight Assembly units to be delivered to Yokosuka, Japan. This requirement is a Total Small Business Set-Aside and will result in a Firm Fixed-Price contract. Proposals are due April 10, 2026.
Scope of Work
This solicitation is for the procurement of Fixed Portlight Assemblies, specifically 16 inches in diameter, with an inside deadlight cover and 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. Items 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: Solicitation (RFO 12.201-1(c)(1))
- Pricing Arrangement: Firm Fixed Price
- Award Structure: Single award for all items
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335132, Size Standard: 600 employees
Submission & Evaluation
- Offer Due Date: April 10, 2026, 5:00 PM ET
- Evaluation Factors: Technical capability, delivery date, price, and past performance (no order of relative importance specified).
- Questions: Must be submitted via email to lily.p.nguyen.civ@us.navy.mil at least 2 days prior to the solicitation closing date.
- Exceptions: All exceptions to the solicitation's terms, conditions, and specifications must be noted.
- Invoicing: Will be submitted via WAWF (Wide Area WorkFlow).
Additional Notes
Offerors must provide the Manufacturer's Name, Manufacturer's Size, Part Number, and Country of Origin for CLIN 0001. SAM.gov registration is mandatory to receive an award. Packaging and marking must comply with ASTM-D-3951, including 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.