THERMOCOUPLE
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 MECH) is soliciting proposals for the procurement of a THERMOCOUPLE, specifically Part Number: 26393-T-U-60-1 from Manufacturer: RDF CORPORATION (CAGE 02009). This opportunity is designated as a Total Small Business Set-Aside. Proposals are due by April 6, 2026.
Scope of Work
This solicitation requires the manufacture and design of a thermocouple that meets the specified requirements, including design, material, and dimensions as per the ordering data. A critical requirement is the exclusion of mercury or mercury-containing compounds from the hardware and supplies. Contractors must adhere to specific quality assurance standards, maintaining an inspection system acceptable to the Government. Packaging requirements include compliance with MIL-PRF-23199 and MIL-STD 2073, with clarifications provided for cleanliness control and the use of MIL-DTL-24466 green poly bags.
Contract & Submission Details
This is a Solicitation under a Total Small Business Set-Aside. Pricing for quotations is generally valid for 60 days after the closing date. Contractual documents are considered 'issued' upon mailing, fax, or electronic commerce methods. An Order of Precedence is established for resolving document conflicts, with amendments and the schedule of supplies taking precedence. Contractors must comply with specified revisions of documents and obtain written approval for using alternative revisions. Requests for delivery date extensions or waivers/deviations must be accompanied by a detailed explanation and justification, demonstrating no adverse effect on quality, form, fit, or function, and are to be submitted to the Government Quality Assurance Representative (QAR).
Important Notes
This opportunity includes clauses such as ITEM UNIQUE IDENTIFICATION AND VALUATION, INSPECTION OF SUPPLIES--FIXED-PRICE, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS, EQUAL OPPORTUNITY FOR VETERANS, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES, TRANSPORTATION OF SUPPLIES BY SEA, NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS, SECURITY PROHIBITIONS AND EXCLUSIONS, SMALL BUSINESS PROGRAM REPRESENTATIONS (NAICS 334513, Size Standard 750 employees), and BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE. A Certificate of Compliance (DI-MISC-81356) is required at the time of material delivery for each unique combination of Contract/Purchase Order Number, National Stock Number, and Item Nomenclature. Information regarding Nuclear Reactor Publications and commercial specifications is provided, along with detailed explanations for various blocks of the DD Form 1423 for data item deliverables.