Portlight Assembly

SOL #: N0040626Q0036Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Yokosuka, JP-14, Japan

NAICS

Commercial (335132)

PSC

Indoor And Outdoor Electric Lighting Fixtures (6210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Apr 7, 2026
3
Submission Deadline
Apr 10, 2026, 5:00 PM

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.

People

Points of Contact

LILY NGUYENPRIMARY

Files

Files

Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 7, 2026
Version 1
Solicitation
Posted: Mar 26, 2026
View