Receipt Inspectors
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 Portsmouth Naval Shipyard (PNS), has issued a Solicitation (N3904026R0002) for Receipt Inspectors. This requirement is exclusively for SeaPort MAC holders and is designated as a Total Small Business Set-Aside. The purpose is to support the Quality Assurance (QA) Department by ensuring materials for Naval Nuclear Submarines meet specified requirements. Proposals are due by March 20, 2026, at 6:00 PM EST.
Scope of Work
Contractors will provide Receipt Inspection Services to the PNS Quality Assurance (QA) Department. This involves verifying that materials procured for Naval Nuclear Submarines comply with all required specifications before being issued.
Contract Details
- Opportunity Type: Solicitation
- Solicitation Number: N3904026R0002 (Note: The system initially displayed N3904026R0003 due to a glitch, but the official number is N3904026R0002 as per documentation and description.)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: H399 (Inspection And Laboratory Services)
- Response Date: March 20, 2026, 6:00 PM EST
- Eligibility: Only SeaPort MAC holders may submit proposals.
Key Requirements for Bidders
- Proposal Submission: Proposals must be submitted electronically via the PIEE Solicitation Module. Strict formatting requirements apply, including specific page limitations for each volume (Technical, Past Performance, Cost, Contract Documentation).
- Security: Bidders must meet Secret facility clearance requirements and adhere to protocols for handling Classified Information, Controlled Unclassified Information (CUI), and Naval Nuclear Propulsion Information (NNPI) as detailed in DD Form 254.
- Staffing: A detailed staffing plan must be provided using the Attachment 2 Staffing Plan.xlsx template, outlining labor categories, experience, education, security clearance, and citizenship.
- Cost Proposal: Utilize the Attachment 3 Cost_Proposal_Spreadsheet.xlsx template for a detailed cost breakdown, including labor, indirect costs, subcontractor costs, and fee calculations, adhering to specified pass-through and fee limitations.
- Past Performance: Provide past performance references using Attachment 5 Past Performance.docx, demonstrating relevance to the SOW/PWS.
- Quality Assurance: Bidders should review the Attachment 4 QASP and Matrix.pdf to understand how contractor performance will be measured and evaluated.
- Reporting: The contract requires bi-weekly Performance and Cost Reports (CDRL Data Item No. 002) submitted electronically via WAWF and email.
- Wage Determination: Adherence to the Service Contract Act wage determinations for Eliot and Kittery, ME, is mandatory, as outlined in Attachment 1 OPSEC and Wage Determination.pdf.
Evaluation
Proposals will be evaluated based on adherence to the Statement of Work (SOW), technical approach, management approach, personnel approach, past performance, and cost. Failure to comply with submission or formatting instructions may result in rejection.
Contact Information
- Primary: Marilyn Fletcher (marilyn.g.fletcher2.civ@us.navy.mil, 207-438-6349)
- Secondary: Anthony Barker (anthony.j.barker24.civ@us.navy.mil, 207-438-1946)