13--ACETATE LINER

SOL #: N0010426QNA09Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Torpedo Inert Components (1355)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 26, 2025
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Feb 25, 2026, 9:30 PM

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 procurement of ACETATE LINERs. This opportunity is designated as a Total Small Business Set-Aside and requires adherence to stringent quality and material specifications, including a strict mercury-free requirement. The resultant award will be a bilateral agreement. Proposals are due by February 25, 2026.

Scope of Work

This solicitation covers the manufacture and supply of ACETATE LINERs (CLIN 0001AA and CLIN 0001AB, 673 units each). Key technical requirements include:

  • Design: Must conform to Cage Code 10001, reference number 2510273.
  • Marking: In accordance with MIL-STD-129.
  • Configuration Control: Adherence to MIL-STD-973, including procedures for Engineering Change Proposals, Deviations, and Waivers.
  • Mercury-Free: Materials must contain no metallic mercury and be free from contamination, especially critical for use on submarines/surface ships. Any required inclusion of mercury must have prior written approval.

Contract & Timeline

  • Type: Solicitation (bilateral award)
  • Set-Aside: Total Small Business
  • Response Due: February 25, 2026, 9:30 PM Z
  • Published: April 1, 2026 (Note: Response date precedes published date in provided data)
  • Delivery: 267 days after contract award for both CLINs.
  • Warranty: One year from date of delivery.

Evaluation

Award will be based on the lowest aggregate total price submitted for the total quantity, including any option provisions.

Key Requirements

  • Quality Assurance: Contractors must maintain a quality system acceptable to the Government, in accordance with ISO 9001. Suppliers currently using MIL-I-45208 may continue to do so.
  • Priority Rating: This is a DO certified rated order for national defense under the Defense Priorities and Allocations System (DPAS).
  • Drawings: Access to drawings must be requested via the individual solicitation page on SAM.gov, followed by an email to the Point of Contact.

Contact Information

For inquiries, contact Zachary R. Morrill at zachary.r.morrill.civ@us.navy.mil or 717-605-1552.

People

Points of Contact

ZACHARY.R.MORRILL.CIV@US.NAVY.MILPRIMARY

Files

Files

Download
View
View

Versions

Version 7
Solicitation
Posted: Apr 1, 2026
View
Version 6
Pre-Solicitation
Posted: Apr 1, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 1, 2026
Version 4
Solicitation
Posted: Feb 11, 2026
View
Version 3
Solicitation
Posted: Dec 31, 2025
View
Version 2
Solicitation
Posted: Nov 28, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 26, 2025
View