20--HOUSING ASSEMBLY
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 a Housing Assembly. This is a critical component for a shipboard system, designated as "SPECIAL EMPHASIS material" due to the high probability of severe consequences from failure. An amendment has been issued to dissolve the previous Total Small Business Set-Aside and extend the solicitation closing date. Proposals are due by April 1, 2026.
Scope of Work
This opportunity requires the provision of a Housing Assembly in accordance with Kollmorgen Drawing 993C066131 and Parts List PL993C066131. Key requirements include:
- Material: Housing, Meter and Valve, Drawing 911D046695, made from ASTM B21, Alloy C46400, Half Hard Temper.
- Testing: Certifications required for pressure tests on each assembly and non-destructive tests for weld repairs/production welds. Specific pressure and time tolerances are detailed.
- Welding/Brazing: Must comply with S9074-AR-GIB-010A/278, 0900-LP-001-7000, or S9074-AQ-GIB-010/248. Procedures and qualification data require prior approval.
- Mercury Free: Materials must be free of mercury and mercury-containing compounds.
Quality Assurance & Traceability
The contract mandates a robust quality system, requiring compliance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 (or MIL-STD-45662). Strict traceability is required for all Level I/SUBSAFE materials, including unique marking (MIL-STD-792) and comprehensive certification data (DI-MISC-81020). Contractors must maintain configuration control, with detailed procedures for waivers, deviations, and Engineering Change Proposals (ECPs). Government Quality Assurance at source is required, with DCMA notification upon award.
Contract Details & Submission
This is a Solicitation for a "DO" rated order under the Defense Priorities and Allocations System (DPAS). All contractual documents will be issued bilaterally. Certification data and payments must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (N50286, Inspect by N39040, Accept by N39040). Drawings access requires a request on SAM.gov with CAGE code. Certification data (CDRLs) are due 20 days prior to material delivery, with final material delivery within 365 days of contract effective date.
Deadlines
- Proposals Due: April 1, 2026
- Published: March 18, 2026
- Contact: LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, 215-697-4717