ROD,OPERATING
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 Mechanicsburg, is soliciting proposals for the procurement of an Operating Rod for crucial shipboard systems. This material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured), requiring stringent control procedures. This opportunity is a Total Small Business Set-Aside. Proposals are due by August 10, 2026.
Scope of Work
This solicitation requires the supply of an Operating Rod in accordance with Naval Sea Systems Command drawings (e.g., 7068535, ERH841-0311A2, etc.) and material specifications, primarily QQ-N-286. Key requirements include quantitative chemical and mechanical analysis, specific testing certifications (Annealing, Age Hardening, Ultrasonic Inspection), and performance of Slow Strain Rate Tensile Tests by approved laboratories. No weld repair is allowed on QQ-N-286 material. The provided Engineering Parts List (EPL) for the Torpedo Tube Rotary Shutter Drive Assembly & Detail (Inboard) is crucial for understanding component specifications.
Key Requirements
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance (DCMA QAR) at source is required.
- Certifications & Traceability: Strict traceability from material to certification test reports is mandatory. Certification data, including chemical and mechanical analysis, must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040) 20 days prior to material delivery. Electronic signatures on Level I certification documents are accepted under specific controls.
- Configuration Control: Procedures for waivers/deviations and Engineering Change Proposals (ECPs) are detailed, requiring Contracting Officer approval.
- Material Handling: Documented control procedures for Government Furnished Material (GFM/GFE) and raw materials, ensuring traceability and preventing commingling.
- Inspection: Receiving and final inspections include material sampling per ANSI/ASQ-Z1.4 and 100% inspection for traceability markings and certification data.
- Packaging: Must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Proposal Due: August 10, 2026, 8:30 PM EST
- Published: February 25, 2026
- Delivery: Final material delivery is required 365 days after the effective contract date.
Evaluation
Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Additional Notes
This order is issued pursuant to Emergency Acquisition Flexibilities (EAF) and is a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Primary POC.