20--LARGE FWD TILE
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, NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture and supply of LARGE FWD TILEs (P/N 690-8499978-SHT-42, NSN 2090-01-716-5158). This requirement is set aside for Total Small Businesses. Proposals are due by April 21, 2026.
Scope of Work
This opportunity requires the manufacture and supply of LARGE FWD TILEs, which must meet specific design, manufacturing, and performance requirements detailed in drawing 53711, cage 8499978. Key specifications include DURA X tile with vacuum and gasket grooves, and a modified vacuum groove pattern. The material supplied must be mercury-free.
Only Government-approved sources will be considered for this award. Current approved sources are CAGE 1K3G5 (MARINE POLYMERS INCC) and CAGE 0BBK9 (Goodrich Corporation / Collins Aerospace). Prospective contractors not currently approved must demonstrate qualification to the Procurement Contracting Officer.
Contract & Timeline
- Type: Solicitation, resulting in a bilateral award.
- Set-Aside: Total Small Business Set-Aside.
- Response Due: April 21, 2026, 20:30 UTC.
- Published: March 18, 2026.
- Option: The Government retains an option to order an additional quantity up to 100% of the order for 360 days ARO at the same price.
- Priority Rating: Any resultant contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Evaluation & Requirements
Offerors must possess a valid U.S. Security Clearance of confidential or higher as the solicitation includes a classified annex. Past performance will be considered in the evaluation.
This solicitation requires both First Article Testing (FAT) and Production Lot Testing (PLT), which will be conducted by the Government. FAT is required to determine vendor qualification and will be at the contractor's expense. A Certificate of Conformance (COC) or Certificate of Acceptance (COA), including test reports and material traceability, must accompany each SHT material.
Additional Notes
Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Point of Contact. If packaging occurs at a different location, the offeror must provide the facility's name, street address, and CAGE.
Contact: Abigail Hurlbut at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL or 717-605-6805.