Skip to content
Department of Defense

CONNECTOR,THRU-HULL

Solicitation: N0010425QFC14
Notice ID: 55951d0cc41846e9bc674b586bec21cc
TypeSolicitationNAICS 336612PSC2040DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 06, 2026, 12:00 AM UTCDueFeb 18, 2026, 08:30 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 18, 2026. Industry: NAICS 336612 • PSC 2040.

Market snapshot

Awarded-market signal for NAICS 336612 (last 12 months), benchmarked to sector 33.

12-month awarded value
$29,889,160
Sector total $20,371,516,771 • Share 0.1%
Live
Median
$46,112
P10–P90
$22,833$154,654
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($29,889,160)
Deal sizing
$46,112 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
Telephone:
Email
BENJAMIN.SPANGLER@NAVY.MIL
Phone
7712290573

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 336612

Description

CONTACT INFORMATION|4|N743.20|WVG|(717) 605-2147|markus.a.hamilton.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL MARKUS.A.HAMILTON.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|ONE|0001AC|274|RECEIVING OFFICER PORTSMOUTH NAVAL SHIPYARD, BUILDING 240, Code 240.|274|X|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025) (DEVIATION 2025-O0003)|13|332510|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| EVALUATION OF FIRST ARTICLE TESTING|3|x|59,000.00|| This amendment is issued to extend the closing date. \ This amendment is issued to update quantity. \ This amendment is issued to add 2 party clauses and progress payment clauses. 252.209-7002 252.211-7003 252.226-7001 252.227-7013 252.227-7019 252.227-7030 252.246-7001 52.202-1 52.219-9 52.222-40 52.232-1 52.242-5 252.232-7004 52.232-16 52.242-4 52.219-14 52.219-6 252.225-7025 252.225-7013 52.203-17 52.222-40 52.233-2 252.225-7031 52.209-6 52.227-2 52.229-3 52.232-16 252.232-7004 52.232-13 \ Reference: (a) email dated 25 June 2025 I.Reference (a) requests modification of the subject Request for Quotation (RFQ) to reference Electric Boat/General Dynamics Specification 2982 Revision F in lieu of Electric Boat/General Dynamics Specification 2982 Revision E for the subject RFQ. In response, Electric Boat Specification 2982 Revision F in lieu of Revision E is acceptable for the subject RFQ. EB/GD SPEC 2982 Revision E, paragraph 2.3 of the subject RFQ is hereby removed. All other terms and conditions remain the same. For PCO use only(ER-56572) \ This amendment is to extend the closing date and dissolve the set aside. This amendment is issued to update POC and extend closing date. \ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on File at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to sceduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated ordr; "DO" rated order certified for national defense use under the Defense Prioriies and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluaton of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's beta.SAM website. After requesting access, send an email to the Primary POC li ted on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 8. Destructive Government FAT (First Article Testing) is required. The FAT sample(s) shall not be delivered against the contract quantity. If FAT is waived, th final delivery date will be reduced accordingly. 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 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 must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=EB-2982 |96169| F|SP |D|0001 | F|49998|7554286 DRAWING DATA=EB-2982/1 |96169| F|SP |D|0001 | F|49998|1163764 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=EB/GD SPEC 2982 | | |E |870319|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |081118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in Electric Boat (EB) Specification 2982, except as amplified or modified herein. EB Specification 2982 ordering data is provided below: (a) Penetrator, Hull, Electrical, Pressure-Proof, for SSN 688 Class Vertical Launch System, EB Specification 2982. (b) Penetrator, Hull, Electrical, Pressure-Proof, for SSN 688 Class Vertical Launch System, EB Specification 2982/1, part number 2982/1-001. (c) Level of preservation and packaging, packing and marking are specified elsewhere in the contract or purchase order.; 3.2 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.3 ;The FAT sample(s) must not be delivered against the contract quantity.; 3.4 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body (2982/1-010), Nut (2982/1-013), and Washer (2982/1-011); Material - ;QQ-N-286, Form 2 or 7, Annealed and Age Hardened; 3.5 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Quality Conformance/Compliance Inspection Item - ;Each Hull Penetrator Assembly; Performance - ;Table III of EB Specification 2982; Acceptance - ;Table III of EB Specification 2982; Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - ;Dye Penetrant Inspection; Item - ;Each Body (2982/1-010), Nut (2982/1-013) and Washer (2982/1-011); Performance - ;Paragraph 4.6.3 of EB Specification 2982; Acceptance - ;Paragraph 4.6.3 of EB Specification 2982; Attribute - Annealing and Age Hardening Item - ;Note on page 2 of EB Specification 2982 does not apply.; Performance - QQ-N-286 3.6 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.7 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.8 ;Note on page 2 of EB Specification 2982 does not apply.; 3.9 ;Paragraphs 4.1 and 4.1.1 of EB Specification 2982 do not apply.; 3.10 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.11 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.11.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.11.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.11.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.12 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.13 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.14 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing, personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Repair welding is not permitted on ;QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.15 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.15.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.15.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.15.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.16 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, includ…

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.