Synopsis/Notice of Intent for limited competitive NAVSUP-WSS is seeking eligible contractors to furnish effort including labor, material, and facilities as may be required to Manufacture the items as specified. Mechanicsburg intends to solicit and award a
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-WSS) intends to award a limited competitive, Firm Fixed-Price Long-Term Contract (LTC) for the manufacture of various items, including 36 repair and 36 procurement National Stock Numbers (NSNs). This opportunity focuses on Meters and Indicators System Material for the Ship Control Guidance weapon system. The government lacks the necessary data to procure these items from sources other than Prime Technology (North Branford, CT), necessitating engineering source approval for all bidders. Responses are due May 13, 2026.
Scope of Work
This requirement involves furnishing labor, material, and facilities to manufacture specified items to "A-condition status." The government does not possess or cannot provide the data required for procurement or manufacture. The attached 2.09_Synopsis_NIIN_List_LTC.xlsx provides crucial details, including Federal Supply Class (FSC), Material (NIIN), and Nomenclature, which bidders must review to confirm their capability.
Contract & Timeline
- Type: Firm Fixed-Price Long-Term Contract (LTC), limited competitive.
- Duration: Base five-year period with no option years.
- Set-Aside: Limited Competitive / Intent to Sole Source (due to proprietary data and source approval requirements).
- Response Due: May 13, 2026, at 8:00 PM EDT.
- Published: April 22, 2026.
Key Requirements & Source Approval
This acquisition is subject to FAR 6.302-1, indicating a limited competitive basis. Engineering source approval by the design control activity is mandatory to maintain part quality. The government states that existing unique design capability, engineering skills, and manufacturing knowledge are held by qualified sources, and data rights are not economically available to the government.
New sources must qualify according to the design control activity's procedures. The time required for new source approval is significant, and award will not be delayed pending approval. Information for submitting a Source Approval Request package is available at https://www.navsup.navy.mil/public/navsup/business_opps/.
Additional Information
This notice is not a request for competitive proposals. While the government intends to solicit from Prime Technology, all responsible sources may identify their interest and provide capability statements. The acquisition is subject to the Free Trade Agreements Act and/or the World Trade Organization Government Procurement Agreement. The government is not using FAR Part 12 (Acquisition of Commercial items); however, interested vendors may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice.