RING,RETAINING
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 NAVSUP Weapon Systems Support Mech, is soliciting proposals for the procurement of RING, RETAINING components. These components are designated as SPECIAL EMPHASIS material for crucial shipboard systems, requiring stringent quality control. This opportunity is a Total Small Business Set-Aside. Proposals are due by February 12, 2026.
Scope of Work
This solicitation requires the manufacture of RING, RETAINING in accordance with NAVSEA Drawing 7108435, with specific amplifications and modifications detailed in the solicitation. The material must be mercury-free and adhere to strict configuration control, including procedures for waivers, deviations, and Engineering Change Proposals (ECPs). Given its critical application, the material's failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: February 12, 2026, 21:30 UTC
- Published: January 14, 2026, 20:47 UTC
- Product Service Code: 5325 (Fastening Devices)
- Delivery Schedule: Certification data CDRLS 20 days prior to delivery, PNSY review 18 working days after receipt, Final material delivery 186 days.
Quality & Compliance
Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) and ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternate system per MIL-I-45208 with MIL-STD-45662 is acceptable. Government Quality Assurance (GQA) at source is required, with documented inspection records and subcontractor inspection requirements. Traceability must be maintained per MIL-STD-792 with Objective Quality Evidence (OQE). A Certificate of Compliance (Special Emphasis C of C) is mandatory, detailing specific information and traceability to individual items. This contract is DO certified for national defense under the Defense Priorities and Allocations System (DPAS) and falls under Emergency Acquisition Flexibilities (EAF).
Submission & Logistics
Drawings associated with this solicitation are restricted on SAM.gov; interested vendors must request access and email the Point of Contact (POC) for approval. Certification documentation must be submitted via Wide Area Work Flow (WAWF) to specific "Ship to," "Inspect by," and "Accept by" codes, with email notification to PORT_PTNH_WAWF_Notification@navy.mil. No material is to be shipped prior to Government acceptance.