13--ACETATE LINER
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, is soliciting proposals for the manufacture and delivery of Acetate Liners. This requirement is designated as a Total Small Business Set-Aside and is being pursued under Emergency Acquisition Flexibilities (EAF). Award will be based on the lowest aggregate total price. Proposals are due by April 30, 2026.
Scope of Work
This solicitation covers the manufacturing and quality requirements for Acetate Liners. Key aspects include:
- Item Identification: Based on Cage Code 10001, reference number 2510273.
- Marking: In accordance with MIL-STD-129.
- Configuration Control: Adherence to MIL-STD-973, Paragraph 5.4.8 (Short Form Procedure), including submission of Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Requirement: Materials must be free from metallic mercury and contamination, particularly for use on submarines/surface ships. Strict approval is required if mercury is a functional part.
- Quality Assurance: Contractor is responsible for inspection, maintaining a quality system per ISO 9001 (or MIL-I-45208), and retaining inspection records for four years.
- Packaging: MIL-STD 2073 packaging applies.
Contract & Timeline
- Type: Solicitation (bilateral award requiring contractor acceptance)
- Set-Aside: Total Small Business
- Product Service Code: 1355 (Torpedo Inert Components)
- NAICS: 334511
- Published Date: April 1, 2026
- Proposal Due: April 30, 2026
Evaluation
Award will be made to the offeror submitting the lowest aggregate total price for the total quantity, inclusive of any option provisions.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). Any resultant award will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Offerors must provide packaging location details if different from their address. Access to drawings, if included, requires a request on SAM.gov followed by an email to the Point of Contact.