REQUEST FOR INFORMATION- FASTENER BPA FY 26
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 WSS Nuclear Directorate is conducting market research through this Request for Information (RFI) to identify small businesses interested in a potential Blanket Purchase Agreement (BPA) for nuclear reactor fasteners. This opportunity is a Total Small Business Set-Aside. Responses are due by September 4, 2026, 1700 EDT.
Scope of Opportunity
The Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate provides logistics and sustainment for the Naval Nuclear Propulsion Program, specifically for secondary system components. This RFI aims to identify small business concerns capable of supplying nuclear reactor fastener products under Federal Supply Class Codes (FSC) 5305, 5306, 5307, and 5310. Procurements under the anticipated BPA are expected to be less than $250,000 and will utilize simplified acquisition procedures.
Fastener requirements are highly stringent, detailed in Individual Repair Part Ordering Data (IRPODs), which include scope, applicable documents (potentially NOFORN), technical specifications (material, manufacturing, testing), quality assurance provisions, preparation for delivery, and contract data requirements. Stringent quality assurance, potentially including ISO 9000, MIL-I-45208, or MIL-Q-9858 standards, is required, with Government Source Inspection (GSI) and pre-award surveys being common. Some technical data may be "Not Releasable to Foreign Nationals" (NOFORN).
Response Requirements
Interested small businesses should submit white papers describing their past performance in supplying higher-level quality fasteners. Recent (last 12 months) and relevant efforts are specifically requested. The white paper must include administrative information (contact details, business type, CAGE code) and address all information listed in Section 2.0 of the RFI document. Submissions must be in Microsoft Word for Office 2010 compatible format, not exceeding 25 pages and under 5MB in size.
Contract & Timeline
- Type: Request for Information (RFI) / Special Notice (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: September 4, 2026, 1700 EDT
- Published: May 4, 2026
Additional Notes
This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or commit the Government to a contract. No proposals are being accepted at this time. Familiarity with e-business systems such as SAM.gov, WAWF, EDA, and BPMI Online E-commerce is necessary for doing business with NAVSUP WSS. Questions regarding this RFI must also be submitted via email by the response deadline. The primary point of contact is Kelly Slagle (KELLY.L.SLAGLE.CIV@US.NAVY.MIL).