Opportunity
SAM #N0010426QUB01
Classified Electronic Cover Procurement for NAVSUP WSS Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 15, 2026
Respond By
June 15, 2026
Identifier
N0010426QUB01
NAICS
334511, 334419
This opportunity involves the procurement of a classified electronic cover for the Department of Defense: - Government Buyer: - Department of Defense, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - Only approved source: Cage Code OHM39 - Solicitation references Cage Code 34008 (likely the government part number manager) - Products/Services Requested: - COVER, ELECTRONIC CO - Part number: 7338391 - Quantity: Not specified - Manufactured to classified (SECRET) material specifications - Unique or Notable Requirements: - Only authorized sources may supply; traceability documentation from the OEM is required for non-manufacturers - MIL-STD packaging, government source inspection, and IUID compliance are mandatory - Serialization, configuration control, and special marking/packaging required - ISO 9001 or equivalent inspection system required - 100% production electrical, workmanship, and inspection testing must be performed and documented - No alternate OEMs or vendors are currently approved
Description
CONTACT INFORMATION 4 N711.10 GA3 771-229-0396 jordan.d.burt.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) 1 ISO9001 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 INSPECTION AND ACCEPTANCE OF SUPPLIES 26 X WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 COMBO N/A TBD N00104 TBD TBD SEE SCHEDULE TBD TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 Kathleen Byrne (kathleen.j.byrne.civ@us.navy.mil), Post-Award Coordinator VALUE ENGINEERING (JUN 2020) 3 INTEGRITY OF UNIT PRICES (NOV 2021) 1 EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 5 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 1 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to jordan.d.burt.civ@us.navy.mil B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. Your quote should include the following information for justification purposes: New procurement unit price_________________ Total Price _______________ Procurement delivery lead time (PTAT) ______________ days Award to CAGE ____________ Inspection & Acceptance CAGE, if not at Award to CAGE _______ Cost breakdown requested, including profit rate (if feasible). Quote expiration date ____________ (90 Days minimum is requested). Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has a current BOA/IDIQ) H. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. 1. SCOPE This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COVER, ELECTRONIC CO. The MATERIAL SPECIFICATIONS FOR THIS ITEM ARE CLASSIFIED AS SECRET. 2. APPLICABLE DOCUMENTS Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: SECRET. Document reference data includes standards such as ASTM-G-53, ASTM-E-162, ASTM-D-412, ASTM-D-471, FED-STD-595, ASTM-D-2244, ASTM-D-3167, ASTM-D-4060, ASTM-D-4272, ASTM-B-117, MIL-A-17161, ASTM-D-523-89, among others, with specific details on each. 3. REQUIREMENTS Cage Code/Reference Number Items - The COVER, ELECTRONIC CO furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. 34008 7338391. This item requires source approval by the cognizant engineering activity. Currently, the only approved source is Cage code OHM39. Interested parties should contact Mr. Jeff Cotton or Mr. Mike Estrada at (805)-228-8032 for qualification information for future procurements. Serialization is required and shall be in accordance with PHS and T Instruction 7538398 and Drawing Number 7338391. Format shall be the contract number followed by a three-digit sequential code, e.g., 001, 002, etc. Configuration control - Requests for waiver/deviation shall be submitted on a DDFORM 1694 to the PCO. No changes to material specifications or requirements shall be made without written consent of the PCO. Special marking and packaging - Marking and packaging shall be in accordance with PHS and T Instruction NAVSEA 05T1-06 and drawings 7538398 and 7538391. Contractor shall maintain an inspection system in accordance with ISO 9001 or equivalent. A copy of 100% electrical and workmanship testing and inspection shall be provided to NAVSUP WSS Program Manager upon completion of contract delivery. The report will have electrical test results removed prior to sending to prevent disclosure of classified data. 100% production electrical, workmanship, and inspection testing shall be performed by the contractor, recorded with actual acceptable results including serial number. Data is maintained on a classified requirements SOP. Contractor format is acceptable. A production test procedure/plan (ARC Acceptance Test Procedures) is required and shall be submitted to a government representative. The procedure shall be in accordance with material specification 7338393. DCMA shall verify that the approved inspection and test plan is signed by the PCMS ISEA and within five years of its signature date. Contractor format is acceptable. Marking - This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. Changes in design, material, servicing, or part number - No substitution shall be made until the NAVICP-MECH Contracting Officer has been notified and approval given via a written change order. Substitutions must include drawings and explanations of reasons for change, with specific codes indicating the type of change. Security Clearance Required - The contractor must have a government security clearance as per DD Form 254. 4. QUALITY ASSURANCE Authorized substitutes of materials via approved ECPs include ECP 24-001 REV A and ECP 24-002 REV A, with specific allowances for delta E values and sealant replacements. 5. PACKAGING Preservation, packaging, packing, and marking shall be in accordance with the contract/purchase order schedule and MIL-STD 2073 packaging applies as found elsewhere in the schedule. 6. NOTES Ordering information for document references is available at the DODSSP website. Cancelled documents can be requested by phone. Commercial specifications and standards can be obtained from publishers. Ordnance standards and NAVORD OSTD 600 pages can be requested from Indian Head Division, Naval Surface Warfare Center. Requests for "Official Use Only" and "NOFORN" documents must identify the government contract number and be submitted via the Defense Contract Management Command for certification of need. Pre-award requests must be submitted to the PCO. NOFORN military specifications and standards, including amendments and change notices, are to be ordered from the specified contracting officer address. Technical manuals with NAVSEA identification numbers are to be ordered from the specified NAVSUP-WSS address. Interim changes and classified specifications must be obtained by submitting DD Form 1425 to NAVSUP-WSS. All documents and drawings provided by the U.S. Navy must include a "Distribution Statement" indicating the limits of distribution and safeguarding requirements. Seven distribution statement codes are used, ranging from approved for public release to distribution authorized to US Government agencies and private individuals, with specific definitions for each. Additional Links: See Solicitation N0010426QUB01