Opportunity
SAM #N0010426QNC37
NAVSUP WSS MECHANICSBURG Solicits Bulkhead Manufacture per Drawing 2526780
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
April 01, 2026
Respond By
May 01, 2026
Identifier
N0010426QNC37
NAICS
334511, 332999, 332312
This opportunity involves the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) Mechanicsburg seeking the manufacture and supply of a Bulkhead for naval applications. - Government Buyer: - Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) Mechanicsburg - Contracting office at P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17050-0788 - Products/Services Requested: - Bulkhead manufactured per drawing number 2526780 (CAGE 10001) - Must comply with MIL-STD-129 (marking), MIL-STD-973 (configuration management), and ISO 9001 (quality management) - Bulkhead must be mercury-free and suitable for use on submarines and surface ships - Unique/Notable Requirements: - Strict adherence to military standards and configuration control - Option provision for increased quantity - Compliance with quality assurance and marking standards - OEMs and Vendors: - No specific OEMs or vendors named; technical requirements reference drawing 2526780 and CAGE 10001 - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, PA
Description
Contact Information Code: 4 Reference: N744.10 Location: CTK Email: zachary.r.morrill.civ@us.navy.mil
Contract Clauses and Requirements Item Unique Identification and Valuation (JAN 2023) - Code: 19 Higher-Level Contract Quality Requirement (DEC 2014) - Code: 1, Details: See specifications Section C and Section E. Inspection of Supplies--Fixed-Price (AUG 1996) - Code: 2 Inspection/Acceptance Point - Code: 6, Details: TBD Wide Area Workflow Payment Instructions (JAN 2023) - Code: 16, Details: Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material; N00104; W25G1U - QTY: 51; W62G2T - QTY: 51 Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Code: 1, Details: WSS Mandatory Use of Workflow Pro (WFP) Mod Assist Module - Code: 1 Equal Opportunity for Veterans (DEV 2026-O0040)(FEB 2026) - Code: 4 Warranty of Supplies of a Noncomplex Nature (JUNE 2003) - Code: 6, Warranty Period: One year from date of delivery. Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) - Code: 4 Transportation of Supplies by Sea (OCT 2024) - Code: 2 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) - Code: 11 Small Business Subcontracting Plan (DOD Contracts)-Basic (DEV 2026-O0037)(FEB 2026) - Code: 2 Option for Increased Quantity (MAR 1989) - Code: 1 Notice of Total Small Business Set-Aside (DEV 2026-O0037)(FEB 2026) - Code: 1 Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) - Code: 7 Small Business Program Representations (DEV 2026-O0037)(FEB 2026) - Code: 20, NAICS: 334511, PSC: 1350 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) - Code: 5 Buy American-Balance of Payments Program Certificate-Basic (FEB 2024) - Code: 1 Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) - Code: 13 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008) - Code: 2, Details: X
General Notes This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents (contracts, purchase orders, task orders, delivery orders, and modifications) related to this procurement are considered "issued" by the Government when copies are mailed, faxed, or sent by electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. The option provision is included in the event the Government has an additional requirement 365 days after issuance of the award. This authorizes the Government to add the additional quantity, up to the percentage cited, to the order via modification without re-solicitation. It is requested that pricing be submitted on the option provision. Evaluation for award will be based upon the lowest aggregate total price submitted for the total quantity, inclusive of the option provision.
Contract Scope and Requirements 1. Scope This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the BULKHEAD.
2. Applicable Documents 2.1 Applicable Documents - The documents listed below form a part of this contract/purchase order including modifications or exclusions. Documents, drawings, and publications supplied are listed under "Drawing Number" and should be retained until an award is made. "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment. 2.2 Order of Precedence - In case of conflict between the contract text and references/drawings, the contract text takes precedence unless superseded by applicable laws and regulations.
Drawing Data Drawing Number: 2526780 CAGE: 10001
Document References MIL-STD-129 ISO9001 MIL-STD-973
3. Requirements 3.1 Design, Manufacture, and Performance - The BULKHEAD furnished shall meet the design, manufacture, and performance requirements specified on drawing 2526780, cage 10001. 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-129. 3.3 Configuration Control - MIL-STD-973 Paragraph 5.4.8 is incorporated. The Contractor shall submit all Engineering Change Proposals, Requests for Deviations, and Requests for Waivers as specified. Submissions should be sent to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. 3.3.1 Configuration Control - Authorization for use of later drawing revisions extends to succeeding contracts until another revision is approved. Notification to the PCO is required in writing. Contractors shall refer technical inquiries on company letterhead signed by a responsible official, with copies distributed as stated. Unauthorized implementation of changes is at the Contractor's risk.
3.4 Mercury Free The material supplied shall contain no metallic mercury and be free from mercury contamination. Mercury contamination will cause rejection. If mercury is required as a functional part, written approval from the Procurement Contracting Officer is required, including detailed explanation and protection methods. Upon approval, a "Warning Plate" must be provided. Use of mercury in manufacturing or assembly that might cause contamination is prohibited. Mercury switches and similar items may be used if not a contamination hazard. If contamination is suspected, test by enclosing equipment in an airtight container for 8 hours at room temperature and sampling air for mercury vapor concentration (0.01 mg/cu meter or more indicates contamination). These requirements apply to subcontracts and purchase orders. Technical questions should be referred to the Procurement Contracting Officer. Mercury is corrosive and toxic; contamination can cause serious damage and health risks.
4. Quality Assurance 4.1 Responsibility for Inspection - The Contractor is responsible for all inspection requirements unless otherwise specified. The Government reserves the right to perform inspections as needed. 4.2 Quality System Requirements - The supplier shall maintain a quality system acceptable to the Government, in accordance with ISO 9001. Suppliers using MIL-I-45208 may continue to do so if desired. 4.3 Responsibility for Compliance - All items must meet contract requirements. Inspection requirements are part of the Contractor's quality program. Sampling does not authorize submission of defective material. 4.4 Records of Inspection - Records of all inspection work shall be kept complete and available to the Government during performance and for four years after final delivery.
5. Packaging 5.1 Preservation, Packaging, Packing and Marking shall comply with the Contract/Purchase Order Schedule and MIL-STD 2073 as applicable.
6. Notes 6.1 Ordering Information for Document References: Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ Availability of Cancelled Documents: Contact Subscription Services Desk. Commercial Specifications: Obtain from applicable societies' publishers. Ordnance Standards and NAVORD OSTD 600 Pages: Request from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Requests for "Official Use Only" and "NOFORN" documents must identify Government Contract Number and be submitted via Defense Contract Management Command or PCO as appropriate. NOFORN Military Specifications and Standards: Order from Contracting Officer, NAVICP-MECH, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications: Order from Commanding Officer, NAVICP-MECH, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals: Order from Naval Inventory Control Point, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications: Submit request on DD Form 1425 to NAVICP-MECH.
Additional Links: See Solicitation N0010426QNC37