Zinc Plating - Latches, Saddles and Links
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 the PORTSMOUTH NAVAL SHIPYARD GF, is soliciting quotes for Zinc Plating services for Government-furnished latches, saddles, and links. This requirement is a Total Small Business Set-Aside and includes options for increased quantities and two additional option years. Quotes are due by March 6, 2026, at 4:00 PM ET.
Scope of Work
The primary scope involves the removal of residual plastisol residue and the re-zinc plating of specific Government-provided property. This includes 192 PC-1 Latches, 96 PC-15 Saddles, and 192 PC-16 Links. All plating must adhere to ASTM-B633-15, Type-II, SC-3 standards. Vendors must be certified to ISO 9000 and NIST standards and complete the plating within 10 business days of receiving items from the Government. Detailed technical drawings and specifications for these components are provided in the SOW Attachment One.
Government Furnished Property (GFP)
The Government will ship the items to the vendor's facility. Bidders must review the GFP Attachment to understand the specific nature, quantity, and condition of these reparable items, which have a unit acquisition cost of $1500. Vendors are responsible for packaging and returning the plated items and must submit a Government Property Management System Plan or confirmation letter.
Contract Details
This is a Solicitation (RFQ) for services under Product Service Code J020 (Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment). The base Period of Performance (POP) for CLIN 0001 is from March 20, 2026, to May 20, 2026, with option years extending potential performance through March 19, 2029. The place of performance is Kittery, ME 03904. The contract will include option line items for additional quantities.
Set-Aside
This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
Quotes must be emailed to the Contracting Office. Vendors must be registered in SAM.gov. Submissions must include the completed RFQ pricing and information pages, along with a technical submission demonstrating compliance with specifications, technical certifications, NIST SP 800-171 DoD Assessment Requirements, and relevant experience. Award will be made to the lowest price technically acceptable offer, based on Technical Evaluation Ratings (Acceptable/Unacceptable) and Pricing.
Security & Compliance
Bidders must adhere to Operations Security (OPSEC) requirements, including protecting sensitive information (Critical Information and Indicators - CII, Controlled Unclassified Information - CUI), potential submission of an OPSEC Plan, and compliance with Portable Electronic Device (PED) policies within the shipyard. A Wage Determination for York County, Maine, applies, outlining minimum hourly wage rates and fringe benefits (Health & Welfare, Paid Sick Leave, vacation, and holidays) for labor cost calculations.
Key Dates
- Published Date: January 16, 2026
- Quote Due Date: March 6, 2026, 4:00 PM ET
Contact Information
Primary Point of Contact: Courtney Edwards (courtney.j.edwards5.civ@us.navy.mil, 207-438-6564).