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 for crucial shipboard systems. This requirement is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured), necessitating stringent quality control and traceability. This is a Total Small Business Set-Aside opportunity. Proposals are due by May 11, 2026, at 4:30 PM local time.
Scope of Work
The contract requires the provision of Operating Rods in accordance with Naval Sea Systems Command drawing 7068535 item 59, and specific Engineering Revisions (ERs H841-0311A2, A3, A7, A10, A12, A16, and A45). Key material requirements include QQ-N-286, form 2, annealed & age hardened, finish A, with no weld repair allowed. Extensive testing and certification are mandated, including annealing, age hardening, and ultrasonic inspection, with specific approved laboratories for Slow Strain Rate Tensile Tests.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: May 11, 2026, 4:30 PM local time (extended by Amendment 3)
- Published: April 30, 2026
- Delivery Schedule: Certification Data CDRLs 20 days prior to delivery; PNSY review 6 working days; Final material delivery 365 days after contract effective date.
Key Requirements & Evaluation
This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Past performance will be considered in the evaluation of offers per FAR 13.106(a)(2) and DFARS 252.213-7000. Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025. Strict traceability and certification requirements apply to all Level I/SUBSAFE materials, including chemical and mechanical analysis (DI-MISC-81020) and special emphasis Certificates of Compliance (DI-MISC-80678). Certification data must be submitted via WAWF to Portsmouth Naval Shipyard (N50286, N39040) for review and acceptance prior to each shipment. Government Quality Assurance at source is required.
Additional Notes
This opportunity is issued pursuant to Emergency Acquisition Flexibilities (EAF). Access to drawings must be requested on the beta.SAM solicitation page, followed by an email to the Primary POC. The Portsmouth Naval Shipyard DODAAC has been updated to N50286. Contact Alana M. Boyer at ALANA.M.BOYER2.CIV@US.NAVY.MIL or 717-605-1234 for inquiries.