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 supply of Operating Rods. These rods are designated as Special Emphasis Material for crucial shipboard systems, where failure could lead to serious injury or loss of life/ship. This opportunity is a Total Small Business Set-Aside and is issued under Emergency Acquisition Flexibilities (EAF).
Scope of Work
The contract requires the manufacturing and supply of Operating Rods in strict accordance with Naval Sea Systems Command drawing 7068535 item 59, and various ER drawings (ERH841-0311A2, A3, A7, A10, A12, A16, A45). The material specified is QQ-N-286, form 2, annealed & age hardened, finish A, with no weld repair permitted. Extensive quantitative chemical and mechanical analysis is required, including certifications for annealing, age hardening, and ultrasonic inspection for specific material dimensions. Slow Strain Rate Tensile Tests for QQ-N-286 must be performed by one of the several approved laboratories listed.
Quality Assurance & Traceability
Contractors must maintain a quality system compliant with ISO-9001 and ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance (GQA) at source is required. Strict traceability from material to certification test reports (Objective Quality Evidence - OQE) is mandatory, with unique traceability numbers marked on the material. Receiving and final inspections are detailed, including 100% inspection for traceability markings and certification report completeness.
Contract & Timeline
- Type: Solicitation (likely Firm Fixed-Price, given clauses).
- Set-Aside: Total Small Business.
- Response Due: August 10, 2026, 8:30 PM EDT.
- Published: January 22, 2026.
- DPAS Rating: "DO" rated order, certified for national defense use.
Evaluation
Past performance will be a significant evaluation factor, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Submission & Contact
Certification data must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF), with specific "Ship to," "Inspect by," and "Accept by" DODAACs (N50286, N39040, N39040 respectively). Email notifications are required to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL and ALANA.M.BOYER2.CIV@US.NAVY.MIL. No material is to be shipped prior to acceptance. Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Primary POC. Primary Contact: ALANA.M.BOYER2.CIV@US.NAVY.MIL, Phone: 717-605-1234.