20--SMALL MIDDLE 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 (NAVSUP WSS Mech), has issued a solicitation for the manufacture of SMALL MIDDLE TILEs. This Total Small Business Set-Aside requires offerors to possess a Confidential or higher U.S. Security Clearance to access classified documents. First Article Testing (FAT) and Production Lot Testing will be conducted by the Government. Proposals are due April 20, 2026.
Scope of Work
This requirement is for the manufacture of SMALL MIDDLE TILEs in accordance with specific design, manufacturing, and performance requirements detailed in drawing 53711, cage 8499978, and P/N 690-8499978-SHT-40. Key specifications include DURA X tile with vacuum and gasket grooves, and adherence to mercury-free material standards for submarine/surface ship use. Marking shall comply with MIL-STD-130. Quality assurance must meet MIL-I-45208 or ISO 9001/9002 standards, and packaging must follow MIL-STD 2073.
Contract Details
This is a Solicitation issued under Emergency Acquisition Flexibilities (EAF), resulting in a bilateral award. It is a Total Small Business Set-Aside under NAICS 336611 (Ship Building and Repairing) and PSC 2090 (Miscellaneous Ship And Marine Equipment). The resultant contract will be DO certified for national defense under the Defense Priorities and Allocations Systems (DPAS). The Government reserves the option to order an additional quantity up to 100% for 180 days ARO at the same price.
Key Requirements & Evaluation
Offerors must have a valid U.S. Security Clearance of Confidential or higher to respond to RFQ N0010425QYC84 due to a classified annex (NAVSEA DWG. 690-7383793 Confidential). Access to drawings requires a request on SAM.gov followed by an email to the POC. First Article Testing (FAT) is mandatory and will be conducted by the Government at the contractor's expense. Paul Lampazzi (paul.a.lampazzi.civ@us.navy.mil) is the POC for FAT. Production Lot Testing will also be Government-conducted.
Only Government-approved sources will be considered; new suppliers require extensive qualification. Current approved sources include MARINE POLYMERS INCC (CAGE 1K3G5), WESTLAND TECHNOLOGIES INCC (CAGE 0SX38), and Goodrich Corporation (Collins Aerospace) (CAGE 0BBK9). A Certificate of Conformance (COC) or Certificate of Acceptance (COA) is required with each SHT material, satisfying receipt inspection. Past performance will be considered in the evaluation (IAW FAR 13.106(a)(2)).
Timeline & Contact
- Response Due: April 20, 2026, 8:30 PM ET
- Published: March 18, 2026 (latest amendment)
- Contact: Abigail Hurlbut,
abigail.r.hurlbut.civ@us.navy.mil, 717-605-6805