PENETRATOR,HULL
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 the manufacture and supply of Hull Penetrators (CPG 1025 and CPG 1025/1-105). These are critical "SPECIAL EMPHASIS" materials for shipboard systems, designated as a DX-rated order under the Defense Priorities and Allocations System (DPAS). This solicitation is issued under Emergency Acquisition Flexibilities (EAF). Proposals are due by April 14, 2026.
Scope of Work
The contract requires the manufacture and delivery of Penetrator, Connector Type, Electrical (CPG 1025) and Connectorized Hull Penetrator Assemblies Multiple Connector Type (CPG 1025/1, Part Number CPG 1025/1-105). These components are vital for shipboard systems, where failure could lead to serious personnel injury, loss of life, or loss of the ship. The material must meet stringent quality and certification requirements, including specific chemical and mechanical analyses for parts like the Penetrator Body, Cover, Nut, Washers, and Receptacle Body.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business Set-Aside
- Response Due: April 14, 2026, 8:30 PM UTC
- Published: March 31, 2026
- Delivery: Final material delivery required on or before 365 days after the effective contract date.
- Rating: DX-rated order under DPAS.
Key Requirements
- First Article Testing (FAT): Mandatory Government testing of one Penetrator Assembly, one Header Assembly, and one Inboard Plug Assembly at Portsmouth Naval Shipyard. This will involve destructive testing.
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (with ISO-10012 or ANSI-Z540.3 with ISO-17025 calibration) or MIL-I-45208 (with MIL-STD-45662 calibration). Government Quality Assurance at source is required.
- Material Traceability & Certification: Strict traceability from raw material to certification test reports is essential for all Level I/SUBSAFE materials. All materials must be mercury-free.
- Welding/Brazing: Must adhere to specified Navy standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248). Procedures and qualification data require prior Government approval. Repair welding is prohibited on QQ-N-286 material.
- Drawings: Access to drawings must be requested via SAM.gov, followed by an email to the Primary POC.
- Configuration Control: Contractor must maintain equipment baseline configuration. Waivers, deviations, and Engineering Change Proposals (ECPs) require Government review and approval.
Evaluation
Past performance will be a factor in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Additional Notes
This opportunity is issued under Emergency Acquisition Flexibilities. The Portsmouth NSY's DODAAC has changed from N00102 to N50286.