SEAT,ASSEMBLY
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, NAVSUP Weapon Systems Support Mechanicsburg, has issued a solicitation for the procurement of SEAT,ASSEMBLY components. This opportunity is designated as a Total Small Business Set-Aside and involves manufacturing critical components for crucial shipboard systems, classified as Special Emphasis Material (Level I, Scope of Certification, or Quality Assured). The resultant award will be issued bilaterally, requiring contractor acceptance. Proposals are due by June 23, 2026.
Scope of Work
This requirement is for a seal assembly for a 5-inch ball valve, comprising a guide, seal, and seal retainer, to be manufactured in accordance with Newport News drawing 2285-306, with specific amplifications and modifications. Key material requirements for the seals include Delrin: Dupont AF DE588 (Teflon Filled Acetal), with detailed specifications for properties such as specific gravity, melting point, tensile strength, and water absorption.
The scope mandates rigorous quality assurance, including visual and dimensional inspections, configuration control, and adherence to standards like ISO-9001, ISO-10012, ANSI-Z540.3, and ISO-17025. The material must be mercury-free. A Certificate of Compliance is required for this Special Emphasis Material. Strict traceability and certification are essential for Level I/SUBSAFE systems, with specific marking requirements (MIL-STD-792, type I or IX, or tagging for Teflon seats). The contractor must implement robust material handling, receiving inspection, and discrepancy reporting procedures. Government Source Inspection (GSI) will be performed at the source.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: June 23, 2026, 8:30 PM EDT
- Published: May 11, 2026
- Delivery: Requested within 540 days from award.
- Priority Rating: This is a DO certified order under the Defense Priorities and Allocations System (DPAS).
Evaluation
NAVSUP WSS will consider past performance in the evaluation of offers, as per Clause 252.204-7024 and WSSTERMMZ01. Offerors should note that Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. The requirement involves access to NOFORN and/or Naval Nuclear Propulsion Information, necessitating a security agreement form.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). All contractual documents will be issued electronically. Offerors must provide their packaging location if different from their address. Access to drawings requires a request on SAM.gov and an email to the Point of Contact. Certification data must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF) for review and acceptance prior to each shipment, with no material to be shipped before acceptance.
Contact: ROBERT.H.LANGEL.CIV@US.NAVY.MIL, 717-605-3353.