BELL CRANK
SOL #: N0010426QFB71Solicitation
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
Mechanical Power Transmission Equipment Manufacturing (333613)
PSC
Miscellaneous Power Transmission Equipment (3040)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 28, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 17, 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 Mech is soliciting proposals for the procurement of a BELL CRANK. This is a Total Small Business Set-Aside opportunity for a critical shipboard system component. Proposals are due by April 17, 2026.
Scope of Work
This solicitation requires the supply of a Bell Crank in accordance with Naval Sea Systems Command drawing 751-6402626 and DN6402626A1, Find 1. The material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured), necessitating stringent control procedures. Key requirements include:
- Material: QQ-N-286, annealed and age hardened, finish A or B, with no weld repair allowed.
- Testing & Certification: Quantitative chemical and mechanical analysis, annealing, age hardening, and ultrasonic inspection (for specific QQ-N-286 items). Slow Strain Rate Tensile Tests must be conducted by approved laboratories.
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-I-45208 with MIL-STD-4). Government Quality Assurance (DCMA QAR) at source is required.
- Traceability: Critical for Level I/SUBSAFE systems, requiring unique traceability numbers, permanent marking per MIL-STD-792, and comprehensive material certification reports. Electronic signatures are acceptable under controlled processes.
- Waivers/Deviations & ECPs: Specific procedures for review and approval by the Contracting Officer.
- Mercury-Free: All materials must be mercury-free.
- Packaging: Must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (Competitive Acquisition)
- Set-Aside: Total Small Business
- Response Due: April 17, 2026, 8:30 PM EDT
- Published: April 1, 2026, 10:03 PM EDT
- Delivery: Final material delivery within 365 days of contract effective date. Certification data due 20 days prior to scheduled delivery.
- DPAS Rating: "DX" rated order.
Submission & Additional Notes
- Drawings: Access to drawings requires a request on SAM.gov and an email to the Primary POC. An amendment will be processed once drawings are uploaded.
- Certification Data: Must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040). No material is to be shipped prior to acceptance.
- Contact: Jordan D. Neely (jordan.d.neely2.civ@us.navy.mil).
People
Points of Contact
JORDAN.D.NEELY2.CIV@US.NAVY.MILPRIMARY