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, through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for Operating Rods. This is a Total Small Business Set-Aside opportunity for the supply of critical "SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured)" for shipboard systems. Proposals are due August 10, 2026.
Scope of Work
This solicitation requires the manufacturing and delivery of Operating Rods in accordance with Naval Sea Systems Command drawing 7068535 item 59, and associated ER drawings (e.g., ERH841-0311A2). The material specified is QQ-N-286, form 2, annealed & age hardened, finish A, with no weld repair permitted. Key requirements include quantitative chemical and mechanical analysis, Annealing and Age Hardening testing, and Ultrasonic Inspection for QQ-N-286 material 4 inches or greater in diameter. Testing must be performed by approved Slow Strain Rate Tensile Test Laboratories. O-ring grooves and mating sealing surfaces require inspection per the General Acceptance Criteria (GAC) standard CSD008. All furnished hardware must be mercury-free.
Quality Assurance & Certification
Offerors must maintain a quality system compliant with ISO-9001 (amplified herein), with calibration systems meeting ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4. Government Quality Assurance (GQA) at the source by a DCMA QAR is required. Strict traceability from material to certification test reports (DI-MISC-81020) is mandatory, utilizing unique traceability numbers and permanent marking per MIL-STD-792. A Certificate of Compliance (DI-MISC-80678) for Special Emphasis Material, detailing specific information, is required. Electronic signatures are accepted under controlled conditions. Subcontractors must adhere to flow-down quality and traceability requirements, with prime contractors assessing their capabilities. Receiving and final inspections will verify traceability, completeness, and legibility of certification reports, with 100% inspection for traceability marking.
Contract & Timeline
This is a Solicitation issued under Emergency Acquisition Flexibilities (EAF). It is a Total Small Business Set-Aside. The response deadline is August 10, 2026, at 8:30 PM Z. Final material delivery is required within 365 days after the contract's effective date, with certification data due 20 days prior to scheduled delivery. This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Payment instructions are provided for Wide Area Work Flow (WAWF), and certification data must be submitted via WAWF to Portsmouth Naval Shipyard (N50286, N39040).
Evaluation
Past performance will be a consideration in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Additional Notes
Access to drawings must be requested on the individual solicitation page on Contracts Opportunities on beta.SAM, followed by an email to the Primary POC. Portsmouth Naval Shipyard's DODAAC has changed to N50286. Specific procedures for Waivers/Deviations and Engineering Change Proposals (ECPs) are outlined, requiring PCO approval. The ECDS system (https://register.nslc.navy.mil/) is available for questions and waiver requests.