13--JOINT BAND ASSEMBLY

SOL #: N0010425RND17Solicitation

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
Jan 29, 2026
2
Last Updated
Mar 19, 2026
3
Submission Deadline
Apr 28, 2026, 6:00 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 Mechanicsburg, is soliciting proposals for the manufacture and supply of Joint Band Assemblies (PSC 1355 - Torpedo Inert Components). This is a Total Small Business Set-Aside opportunity. The solicitation, identified as N0010425RND17, has been amended to reduce the quantity and extend the due date. Proposals are due by April 28, 2026.

Scope of Work

This contract requires the manufacture and quality assurance of Joint Band Assemblies. Key requirements include:

  • Design, Manufacture, and Performance: Must meet specifications on drawing 2507388, cage 10001.
  • 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 Requirement: Materials supplied for submarine/surface ship use must be free from metallic mercury contamination. Written approval is required for any functional inclusion of metallic mercury.
  • Quality Assurance: Contractors are responsible for all inspection requirements and must maintain a quality system acceptable to the Government, in accordance with ISO 9001 (MIL-I-45208 is also acceptable).
  • Packaging: MIL-STD 2073 applies.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP)
  • Set-Aside: Total Small Business
  • Quantity: Reduced from 255 units to 233 units (per Amendment 0002).
  • Proposal Due: April 28, 2026, 6:00 PM ET (extended by amendment).
  • Published: March 19, 2026.
  • NAICS: 334511 (from Annual Representations and Certifications clause).

Evaluation

NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2). The resultant award will be issued bilaterally, requiring contractor acceptance.

Additional Notes

  • This is a rated order under the Defense Priorities and Allocations System (DPAS) with a DO rating.
  • Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the listed Point of Contact.
  • Offerors must provide the name, street address, and CAGE of the facility if packaging will occur at a location different from the offeror's address.
  • Records of inspection must be kept for four years after final delivery.

People

Points of Contact

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

Files

Files

View
View
View
Download
View
View
View

Versions

Version 3Viewing
Solicitation
Posted: Mar 19, 2026
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 29, 2026
View
13--JOINT BAND ASSEMBLY | GovScope