TRANSMITTER,PRESSUR
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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH is soliciting for a Pressure Transmitter (Automation Products Group, INC. P/N PT-L1-C-100-PSI-G-E3-W0-P0-N0-M1-V1-K1-S0) for crucial shipboard systems. This is designated as SPECIAL EMPHASIS material due to the high probability of failure resulting in serious personnel injury, loss of life, or loss of the ship itself if incorrect or defective material is used. The requirement is DO certified for national defense under the Defense Priorities and Allocations System (DPAS) and falls under Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903.
Scope of Work
The contractor will supply a specific Pressure Transducer, ensuring it is mercury-free and meets toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Strict configuration control is required, with all waivers, deviations, and Engineering Change Proposals (ECPs) subject to Contracting Officer approval.
Key Requirements
- Quality System: Must comply with ISO-9001 (or MIL-I-45208 as alternate) and ISO-10012/ANSI-Z540.3/ISO-17025 (or MIL-STD-45662 as alternate). The contractor's quality system and products are subject to Government evaluation and inspection.
- Government Quality Assurance (GQA): Performance of Government Quality Assurance at source is required. Contractors must notify their assigned Government representative (e.g., DCMA) promptly upon receipt of the order.
- Traceability: Material traceability must be maintained from the material to all required Objective Quality Evidence (OQE) in accordance with MIL-STD-792.
- Certificate of Compliance: A certificate of compliance is required, certifying full adherence to procurement documents and including specific details such as contractor information, National Stock Number (NSN), and testing statements.
- Delivery Schedule: Submission of all certification data CDRLS 20 days prior to delivery. Portsmouth Naval Shipyard (PNSY) review/acceptance within 18 working days after receipt. Final material delivery is required 186 days after order.
- Payment & Data Submission: Wide Area Workflow (WAWF) payment instructions apply. Certification data must be submitted via WAWF to Portsmouth Naval Shipyard (N50286 for 'Ship to', N39040 for 'Inspect by' and 'Accept by').
- Packaging: MIL-STD 2073 packaging requirements apply.
Contract & Timeline
- Type: Solicitation
- Product Service Code: 6685 (Pressure, Temperature, And Humidity Measuring And Controlling Instruments)
- Set-Aside: None specified.
- Published: April 24, 2026
- Response Due: May 22, 2026, 8:30 PM UTC.
Additional Notes
This is a highly critical requirement for the Navy, emphasizing quality, traceability, and strict adherence to specifications for a Pressure Transducer. Offerors must be prepared for rigorous Government Quality Assurance at source and detailed documentation requirements.