USNS ROBERT E. PEARY Shower Panels
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, Military Sealift Command Headquarters (MSCHQ NORFOLK) has issued Solicitation N3220526Q7099 for the procurement of shower panels and hatches for the USNS ROBERT E. PEARY. This acquisition is for Work Item 626 - Shower Wall Replacement. The opportunity is unrestricted, and quotes are due by April 6, 2026, at 10:00 AM.
Scope of Work
This solicitation requires the supply of specific "PANELS, FOR T&S MODULAR UNITS" and "HATCH" components. Key items include:
- 9 Sets of Type 3 Full Panels
- 2 Sets of Type 3 Left Panels
- 4 Sets of Type 3 Right Panels
- 1 Set of Type 4 Full Panels
- 48 Each of Type 3 Hatches
- 2 Each of Type 4 Hatches All items must be delivered FOB Destination by April 30, 2026.
Contract Details
- Solicitation Number: N3220526Q7099
- Contract Type: Firm Fixed Price (implied)
- Set-Aside: Unrestricted
- NAICS Code: 332999 (Fabricated Metal Product Manufacturing) with a $14 million size standard.
- Issue Date: March 31, 2026
- Offer Due Date: April 6, 2026, 10:00 AM
Submission & Evaluation
Quotes must be submitted via email to the contracting officer, Colin Edick (colin.j.edick.civ@us.navy.mil), in Adobe or Microsoft Office format. Evaluation will be based on technical acceptability and price reasonableness. The government reserves the right to negotiate with offerors.
Important Considerations
A "Memorandum for the Record" indicates that the government may issue a purchase order to Trident Maritime Systems LLC as a sole source. This is due to proprietary rights and the requirement for specific T&S Units to maintain standardization and compatibility with existing equipment on T-AKE Class vessels. However, other offerors are still encouraged to submit quotes for consideration. Standard commercial terms and conditions submitted with a quote may be considered a material defect.
Additional Notes
The solicitation incorporates various FAR and DFARS clauses by reference, including those related to Wide Area WorkFlow (WAWF) for payment and receiving reports, and Item Unique Identification and Valuation. Specific packaging and marking instructions are provided for shipments to USNS ROBERT E. PEARY, and duty-free entry is required.