Silver Plating for Shunts
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 GF) is soliciting quotes for silver plating services for six initial battery shunts, with options for increased quantities and two additional option years. This requirement is a Total Small Business Set-Aside (FAR 19.5). Work will be performed at the vendor's facility in accordance with the attached RFQ and SOW. Quotes are due by January 27, 2026, at 10:00 AM ET.
Scope of Work
This acquisition requires the silver plating of six (6) initial battery shunts (3 AAC Model 205-5000-100 and 3 AAC Model 205-10000-100). The plating must be on copper only, adhere to ASTM B 700-97 (99.9% pure, Type 1, Grade A, Class N, min. 0.0005" thickness). The government will provide the shunts, and the vendor is responsible for packaging and returning plated items within 10 business days of receipt. The scope includes priced options for additional quantities and two option years, extending the potential period of performance through January 29, 2029.
Contract Details
- Contract Type: Request for Quotation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
- Place of Performance: Vendor's facility (Kittery, ME area for wage determination)
- Periods of Performance (POP): Initial period from 1/30/2026, with options extending to 1/29/2029.
Eligibility & Evaluation
Offerors must be registered in the System for Award Management (SAM) and submit a copy of their internal Government Property Management System Plan or an approved agency confirmation letter. Vendors must be certified to ISO 9000 and NIST. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology, considering Technical Capability and Pricing. The Wage Determination for Eliot and Kittery, York County, Maine, applies to this contract.
Submission & Deadlines
- Quotes Due: January 27, 2026, at 10:00 AM ET
- Submission Method: Via email
- Primary Contact: Courtney Edwards, courtney.j.edwards5.civ@us.navy.mil, 207-438-6564
Additional Notes
Key attachments include Government Furnished Property (GFP) details, OPSEC requirements, an exhibit drawing for the DC Ammeter Shunt Series 205, and a Wage Determination. Offerors are cautioned not to alter the solicitation document.