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, has issued Solicitation N3904026R0002 for Receipt Inspection Services. This Total Small Business Set-Aside opportunity requires contractors to provide fully trained receipt inspectors to support the Quality Assurance (QA) Department, ensuring materials for Naval Nuclear Submarines meet specified requirements. The place of performance is Portsmouth Naval Shipyard, Kittery, Maine. Proposals are due by March 27, 2026, at 1:00 PM EST.
Scope of Work
The contractor will provide proficient machined parts inspectors to perform visual, dimensional, and generic material identification inspections, conduct functional checks, and operate various testing and measurement equipment. Personnel must have at least five years of experience in precision measuring, inspection techniques, and precision testing. Data entry into computer programs, including the Product Data Reporting and Evaluation Program (PDREP), is also required. On-site supervision is mandatory, including a supervisor for the second shift during option years. The total estimated level of effort is 67,975 man-hours over three years, including surge, if all options are exercised.
Contract Details
This is a Cost-Plus Fixed Fee (CPFF) contract with a one-year base period and two additional one-year option periods. During option years, the requirement increases from five to ten receipt inspectors (five for first shift, five for second shift). A CONFIDENTIAL Facility Clearance is required for the contractor prior to award, and all contractor employees must possess a Final Department of Defense Personal Security Clearance at the confidential level or higher before arrival. DBIDS credentials are also necessary for shipyard access. The estimated award date is April 20, 2026.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module by the deadline. Offerors must adhere to strict formatting guidelines, including 12-point Times New Roman font (9-point for graphs/charts/Excel), 1-inch margins, and specific page limitations for each volume: Volume I - Technical (40 pages), Volume II - Past Performance (20 pages), Volume III - Cost Proposal (no limit), and Volume IV - Contract Documentation (no limit). The evaluation will prioritize Technical factors (Approach, Management, Personnel) as most important, followed by Past Performance and Cost Proposal, with award based on best value to the Government. Proposal validity is 60 calendar days.
Key Updates & Clarifications
Amendment 0002 and subsequent Q&A documents have clarified several aspects. The correct NAICS code is 541330 (size standard $47M). Final adjudicated Secret Personnel Clearances are required, not interim. The proposal deadline was extended to March 27, 2026. Offerors must submit personnel resumes for both base and option years, and the Contracts Manager is identified as key personnel. Subcontractor past performance references are required if their effort exceeds 10% of total labor hours.