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) GF, is soliciting proposals for Receipt Inspectors to support its Quality Assurance (QA) Department. This requirement is exclusively for SeaPort MAC Holders and is a Total Small Business Set-Aside (NAICS 541330, $47M size standard). The purpose is to ensure materials procured for Naval Nuclear Submarines meet specified requirements. The solicitation number is N3904026R0002. Proposals are due March 27, 2026, at 1:00 PM EST.
Scope of Work
Contractors will provide Receipt Inspection Services, ensuring the quality and compliance of materials for Naval Nuclear Submarines. Key aspects include adherence to a Quality Assurance Surveillance Plan (QASP) that outlines performance standards, acceptable quality levels (AQLs), and surveillance methods (e.g., direct observation, periodic inspection). The work will be performed at the Receipt Inspection Branch, Portsmouth Naval Shipyard, Kittery, ME.
Contract & Timeline
- Contract Type: Solicitation
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 541330 (Size Standard: $47M)
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME
- Published Date: March 5, 2026
- Proposal Due Date: March 27, 2026, 1:00 PM EST (extended from original date)
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module. Submissions must adhere to strict formatting requirements, including specific page limits for each of the four volumes: Volume I (Technical), Volume II (Past Performance), Volume III (Cost Proposal), and Volume IV (Contract Documentation). Key requirements include:
- Personnel: Final adjudicated Secret Personnel Security Clearances are required prior to arrival; interim clearances are not sufficient. Resumes are required for proposed personnel, including a Contracts Manager designated as key personnel. A detailed Staffing Plan (Attachment 2) must be provided.
- Past Performance: Offerors must provide three past performance references within the last three years. Subcontractors require an additional reference for 10% of total labor hours.
- Cost Proposal: Must use the provided spreadsheet (Attachment 3), detailing costs by labor category, indirect costs, ODCs, and fee calculations, adhering to SeaPort-e IDIQ limitations. Escalation rates and ODC tables have been updated in Attachment 7.
- Security: DD Form 254 outlines Secret facility clearance, handling of Classified, Controlled Unclassified Information (CUI), and Naval Nuclear Propulsion Information (NNPI).
- Reporting: Contractors will be required to submit a bi-weekly Performance and Cost Report (CDRL 002).
- Wage Determination: Compliance with Wage Determination 2015-4011 for Eliot and Kittery, ME, is mandatory.
Key Updates & Clarifications
An amendment to the solicitation includes answers to Q&A, extending the proposal deadline, clarifying personnel clearance requirements, updating cost tables, confirming NAICS code 541330, and specifying a supervisor for the second shift in option years 1 and 2.