VACUUM PUMP UNIT
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, specifically NAVSUP Weapon Systems Support Mech, has issued a solicitation for the procurement of a VACUUM PUMP UNIT. This requirement is for the manufacture and quality assurance of the unit, intended for use on submarines/surface ships, and is subject to Emergency Acquisition Flexibilities (EAF) and Defense Priorities and Allocations System (DPAS) rating. The product service code is 1355 (Torpedo Inert Components), and the NAICS code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Systems Instrument Manufacturing). Proposals are due by April 6, 2026.
Scope of Work
This solicitation covers the design, manufacture, and performance of the VACUUM PUMP UNIT, adhering to specific drawing requirements (e.g., 6813181, cage 53711). Key requirements include:
- Marking: In accordance with MIL-STD-129.
- Configuration Control: Adherence to MIL-STD-973, Paragraph 5.4.8 (Short Form Procedure), for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Requirement: The unit must be free from metallic mercury and contamination, critical for submarine/surface ship applications. Strict protocols apply for any functional mercury components, requiring written approval and specific warnings.
- Quality Assurance: Contractors are responsible for all inspection requirements, maintaining a quality system acceptable to the Government, preferably in accordance with ISO 9001 (MIL-I-45208 also permitted).
- Packaging: Shall be in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (Bilateral award requiring contractor acceptance)
- Delivery: 180 days for CLIN 0001AA.
- Warranty: One year from the date of delivery.
- Set-Aside: None specified.
- Proposal Due: April 6, 2026, 8:30 PM UTC
- Published: February 6, 2026
Additional Notes
This requirement is under Emergency Acquisition Flexibilities (EAF) and will result in a DO certified order for national defense under DPAS. Offerors must provide packaging location details if different from their address. Access to drawings, if applicable, must be requested via SAM.gov, followed by an email to the Point of Contact. Detailed ordering information for various military and commercial documents is provided.