20--BLK3 TOWED ARR GROO

SOL #: N0010425QYH65Solicitation

Overview

Buyer

MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Miscellaneous Ship And Marine Equipment (2090)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 19, 2025
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Jan 30, 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, NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture and supply of BLK3 Towed Array Grooved Tiles (Navy Stock Number: 2090-01-716-3795). This is a Total Small Business Set-Aside opportunity. The requirement is subject to Emergency Acquisition Flexibilities (EAF) and will result in a bilaterally executed award. Proposals are due by April 22, 2026.

Scope of Work

This solicitation covers the design, manufacture, and performance of BLK3 Towed Array Grooved Tiles, specifically Part Number 690-8499978-SHT-74, Drawing # 8499978 Rev D. Key specifications include DURA X tiles with vacuum and gasket grooves, and a modified vacuum groove pattern. The material must be mercury-free. The contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).

Contract Details

  • Opportunity Type: Solicitation
  • Set-Aside: Total Small Business
  • Response Due: April 22, 2026, at 8:30 PM UTC
  • Published: March 18, 2026
  • Option: Includes an option for increased quantity, exercisable within 180 days after award. Pricing for this option is requested.
  • Security: Requires a U.S. Security Clearance of Confidential or higher, as the RFQ N0010425QYH65 includes a classified annex. Contractors must have authorized access to classified documents (DD Form 254).

Evaluation & Requirements

NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers (IAW FAR 13.106(a)(2)).

  • Source Control: Only Government-approved sources will be considered. Current approved sources include MARINE POLYMERS INCC (CAGE 1K3G5), WESTLAND TECHNOLOGIES INCC (CAGE 0SX38), and Goodrich Corporation (Collins Aerospace) (CAGE 0BBK9). New suppliers must be qualified by the engineering activity prior to submitting an offer.
  • Testing:
    • First Article Approval (Government Testing): Required, conducted at contractor expense. Contact Paul Lampazzi (paul.a.lampazzi.civ@us.navy.mil, (215) 897-1612) for FAT.
    • Production Lot Approval (Government Testing): Required.
  • Quality System: Suppliers must maintain an inspection/quality system acceptable to the Government, in accordance with MIL-I-45208 or ISO 9001/9002.
  • Deliverables: A Certificate of Conformance (COC) or Certificate of Acceptance (COA) with test reports and traceability is required for each SHT material.

Additional Notes

Access to drawings must be requested on the individual solicitation page on SAM.gov, followed by an email to the Point of Contact. All other terms and conditions remain unchanged from previous amendments.

People

Points of Contact

ABIGAIL.R.HURLBUT.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View

Versions

Version 5
Solicitation
Posted: Mar 18, 2026
View
Version 4
Solicitation
Posted: Jan 23, 2026
View
Version 3
Pre-Solicitation
Posted: Jan 23, 2026
View
Version 2
Solicitation
Posted: Jan 13, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 19, 2025