Silver Plating for Shunts; Deadline Update; Q&A as of 1-28-2026 Attached
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, Portsmouth Naval Shipyard, is soliciting quotes for Silver Plating Services for Battery Shunts. This requirement is for the plating of six initial battery shunts, with options for increasing quantities and two additional option years. This opportunity is a Total Small Business Set-Aside. Quotes are due by March 3, 2026, at 10:00 AM ET.
Scope of Work
The scope involves the silver plating of six initial battery shunts, specifically three AAC Model 205-5000-100 and three AAC Model 205-10000-100 shunts. Plating must be completed on copper only, adhering to ASTM B 700-97 standards (99.9% pure, Type 1, Grade A, Class N, not less than 0.0005" thick). Vendors must be ISO 9000 and NIST certified.
Crucially, the shunts are new, final assemblies and cannot be disassembled for plating. Bidders must account for manufacturing specialized fixtures to perform a "double-dip" process, plating the copper sections on the ends separately. The government will ship items to the vendor's facility, and the vendor is responsible for packaging and returning the plated items. Completion of plating is required within 10 business days of receiving the items.
Contract & Timeline
- Contract Type: Solicitation (Request for Quotation - RFQ), awarded on an "All or None" basis.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Vendor's facility.
- Period of Performance:
- Base Year (CLIN 0001): March 19, 2026 – March 18, 2027
- Option Year 1 (CLIN 1001): March 19, 2027 – March 18, 2028
- Option Year 2 (CLIN 2001): March 19, 2028 – March 18, 2029
- Response Due: March 3, 2026, at 10:00 AM ET.
- Published Date: February 19, 2026.
Submission & Evaluation
- Submission Method: Quotes must be submitted via email.
- Registration: Vendors must be registered in SAM.gov.
- Required Documents: Offerors must submit a copy of their internal Government Property Management System Plan or a confirmation letter from an approved agency.
- Evaluation Criteria: Award will be based on Lowest Price Technically Acceptable (LPTA). Technical capability will be evaluated first, followed by pricing. Offerors must demonstrate relevant experience.
- Pricing: FOB Destination pricing is required.
Additional Notes
Attachments referenced include Government Furnished Property (GFP), OPSEC, a Drawing (detailing shunt specifications), and a Wage Determination for Eliot and Kittery, ME. The GFP attachment specifies the shunts as "Reparable" and "Return" property usage. The primary contact is Courtney Edwards (courtney.j.edwards5.civ@us.navy.mil, 207-438-6564).