Opportunity
SAM #N0010426QYA92
NAVSUP Solicitation for Connector Traveling Units (NSN 7H-2040-015313275)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 13, 2026
Respond By
June 15, 2026
Identifier
N0010426QYA92
NAICS
334417
NAVSUP Weapon Systems Support Mechanicsburg is seeking offers for the procurement of Connector Traveling units for Navy applications. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - Products Requested: - Connector Traveling - NSN: 7H-2040-015313275 - TDP Version 004, Reference Number 7605046 - Quantity: 2 units - Delivery Locations: - DLA Distribution San Joaquin, Tracy, CA - DLA Distribution Norfolk, Norfolk, VA - Technical Data: - Government possesses a complete technical data package (TDP) with full rights - No technical, engineering, tooling, or manufacturing restrictions - Allows for full and open competition - Set-Aside and Qualification Requirements: - 100% set aside for small business concerns - Includes HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, and Women-Owned Small Business programs - Award only to offerors meeting qualification requirements at time of award (FAR 52.209-1) - OEMs and Vendors: - No specific OEMs or vendors named in the notice - Notable Requirements: - Complete TDP enables any qualified small business to compete - Emphasis on small business participation
Description
NSN 7H-2040-015313275, TDP VER 004, IAW REF NR 7605046, QTY 2 EA, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000, DELIVER TO SW3117, DLA DISTRIBUTION NORFOLK VA, NORFOLK, VA 23511-0001. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.Additional Links:BUSINESS OPPORTUNITIES