Receipt Inspectors
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 Portsmouth Naval Shipyard (PNS) GF, is soliciting proposals for Receipt Inspectors to support the Quality Assurance (QA) Department. This requirement ensures materials for Naval Nuclear Submarines meet specified requirements. This opportunity is a Total Small Business Set-Aside (NAICS 541330) and is open only to SeaPort MAC Holders. Proposals are due by March 27, 2026, at 1:00 PM EST.
Scope of Work
Contractors will provide Receipt Inspectors to perform inspection services within the QA Department. This involves verifying that procured materials for Naval Nuclear Submarines comply with all required specifications before being issued. A supervisor is required for the second shift in Option Years 1 and 2.
Contract & Timeline
- Type: Solicitation (for SeaPort MAC Holders)
- Set-Aside: Total Small Business (NAICS 541330, $47M size standard)
- Product Service Code: H399 (Inspection And Laboratory Services)
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME
- Proposal Due: March 27, 2026, at 1:00 PM EST
- Published: March 18, 2026 (Opportunity Published Date)
Submission Requirements
Proposals must be submitted electronically via the PIEE Solicitation Module. Submissions must adhere to strict formatting guidelines, including 12-point Times New Roman font, 1-inch margins, and 8.5 x 11-inch paper. Proposals are structured into four volumes:
- Volume I (Technical): 40 pages (excluding Staffing Plan and Key Personnel resumes, which are 2 pages each).
- Volume II (Past Performance): 20 pages, requiring three past performance references (more for subcontractors if their portion exceeds 10% of total labor hours).
- Volume III (Cost Proposal): No page limit, utilizing the provided spreadsheet (Attachment 3) and a narrative.
- Volume IV (Contract Documentation): No page limit, including a cover letter, solicitation fill-ins, Small Business Participation Plan, OCI Mitigation Plan, Pre-Award Survey (SF1408), Security Requirements (DD254), and CMMC UIDs.
Evaluation Factors
Proposals will be evaluated based on adherence to the Statement of Work, technical approach, management approach, personnel approach, past performance, and cost. The Quality Assurance Surveillance Plan (QASP, Attachment 4) details how contractor performance will be measured and rated.
Key Considerations
- Personnel Clearances: Final adjudicated Secret Personnel Security Clearances are required for all personnel prior to arrival; interim clearances are not sufficient.
- Wage Determination: Bidders must comply with Wage Determination 2015-4011, Revision No. 32 (dated 12/03/2025) for Eliot and Kittery, ME, covering minimum wage rates and fringe benefits.
- Reporting: Bi-weekly Performance and Cost Reports (CDRL 002) are mandatory.
- Solicitation Number: The system's solicitation number is N3904026R0003, but the actual number on documentation is N3904026R0002.