20--SMALL FWD TILE

SOL #: N0010425QYC53Solicitation

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

Ship Building and Repairing (336611)

PSC

Miscellaneous Ship And Marine Equipment (2090)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 16, 2026, 8:30 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 (WSS) Mechanicsburg, is soliciting proposals for the manufacture and supply of SMALL FWD TILEs (P/N 690-8499978-SHT-39, NSN 2090-01-716-3790). This requirement is issued under Emergency Acquisition Flexibilities (EAF) and involves specialized components for submarines/surface ships. Proposals are due April 20, 2026.

Scope of Work

This solicitation covers the manufacture and quality requirements for the SMALL FWD TILE, specifically DURA X tiles with vacuum and gasket grooves, adhering to NAVSEA drawing 8499978. The tiles must be mercury-free due to their application on submarines/surface ships.

Contract & Timeline

  • Type: Solicitation (bilateral award)
  • Set-Aside: None specified
  • Product Service Code: 2090 (Miscellaneous Ship And Marine Equipment)
  • Proposal Due: April 20, 2026
  • Published: March 18, 2026

Key Requirements & Evaluation

  • Security Clearance: Offerors must possess a valid U.S. Security Clearance of Confidential or higher to receive the RFP (N0010425QYC3).
  • First Article Testing (FAT): Required and will be conducted by the Government at the contractor's expense.
  • Production Lot Testing (PLT): Required and will be conducted by the Government.
  • 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 undergo prior qualification.
  • Quality Assurance: Adherence to MIL-I-45208 or ISO 9001/9002 is required.
  • Documentation: A Certificate of Conformance (COC) or Certificate of Acceptance (COA) with test reports and traceability is required for each item, satisfying receipt inspection.
  • Past Performance: Will be considered in the evaluation (IAW FAR 13.106(a)(2)).
  • Option for Increased Quantity: The Government retains an option to order an additional quantity up to 100% for 180 days ARO at the same price.

Additional Notes

This is a DO certified order under DPAS. Access to drawings must be requested on SAM.gov, followed by an email to the Point of Contact. All contractual documents are considered issued upon deposit in mail, fax, or email.

Contact: Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or 717-605-6805.

People

Points of Contact

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

Files

Files

Download
View
View

Versions

Version 4
Solicitation
Posted: Mar 18, 2026
View
Version 3
Solicitation
Posted: Feb 25, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 21, 2026
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View