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, Portsmouth Naval Shipyard (PNS), is soliciting proposals for Receipt Inspectors to support its Quality Assurance (QA) Department. This requirement ensures that materials procured for Naval Nuclear Submarines meet specified requirements. This opportunity is a Total Small Business Set-Aside and is only open to SeaPort MAC holders. Proposals are due by March 27, 2026, at 1:00 PM EST.
Scope of Work
The contractor will provide Receipt Inspection Services, with an estimated 67,975 man-hours over a three-year period (base year plus options). Key responsibilities include ensuring materials meet requirements before being issued for use on Naval Nuclear Submarines. Personnel will require final adjudicated Secret Personnel Clearances prior to arrival, as interim clearances are not sufficient. A supervisor is required for the second shift. The place of performance is the Portsmouth Naval Shipyard in Kittery, ME.
Contract & Timeline
- Contract Type: A Cost-Plus Fixed Fee (CPFF) contract is contemplated.
- Duration: Base year plus option years, totaling three years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541330, with a size standard of $47 million.
- Proposal Due: March 27, 2026, at 1:00 PM EST.
- Estimated Award Date: April 20, 2026.
- Solicitation Number: N3904026R0002 (N3904026R0003 in system due to a glitch).
Submission Requirements
Proposals must be submitted electronically via the PIEE Solicitation Module. Submissions require a multi-volume structure: Volume I (Technical), Volume II (Past Performance), Volume III (Cost Proposal), and Volume IV (Contract Documentation). Strict formatting guidelines apply, including page limits for certain sections. Offerors must provide a detailed Staffing Plan, personnel resumes (including for the Contracts Manager, a key position), and three past performance references (more for subcontractors). A bi-weekly Performance and Cost Report (CDRL 002) will be required.
Evaluation & Key Considerations
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) outlines the government's methods for evaluating contractor performance, including specific performance standards and acceptable quality levels. Offerors must demonstrate the ability to meet security requirements, including a Secret facility security clearance and handling of Controlled Unclassified Information (CUI) and Naval Nuclear Propulsion Information (NNPI).
Additional Notes
This requirement is exclusively for SeaPort MAC holders. The correct NAICS code is 541330. Wage determinations for York County, Maine, are provided. Primary Contact: Marilyn Fletcher (marilyn.g.fletcher2.civ@us.navy.mil, 207-438-6349). Secondary Contact: Anthony Barker (anthony.j.barker24.civ@us.navy.mil, 207-438-1946).