Skip to content
Department of Defense

10--CAMO CVR HEAD WINDW

Solicitation: N0010426QYA5Z
Notice ID: daa46ac71f5f44559109a1a365aaa5db
TypeSolicitationNAICS 314999PSC1080DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 23, 2026, 12:00 AM UTCDueJun 22, 2026, 08:30 PM UTCCloses in 120 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Jun 22, 2026. Industry: NAICS 314999 • PSC 1080.

Market snapshot

Awarded-market signal for NAICS 314999 (last 12 months), benchmarked to sector 31.

12-month awarded value
$5,324,664
Sector total $956,836,366 • Share 0.6%
Live
Median
$149,150
P10–P90
$39,743$1,001,814
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($5,324,664)
Deal sizing
$149,150 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
LAMAR.R.CRUMMEL.CIV@US.NAVY.MIL
Phone
7176056474

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 314999

Description

CONTACT INFORMATION|4|N741.4|CP9|7172290413|LAMAR.R.CRUMMEL.CIV.US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|TBD|TBD|TBD|TBD||||||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|TBD||||||| 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|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|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 AND2025-O0004))|13|314999|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| EVALUATION OF FIRST ARTICLE TESTING|3|||X| 1. WHEN SUBMITTING QUOTES, MAKE SURE YOU SPECIFY ANY EXCEPTIONS, I.E. MIL-STDPACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGINGHOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED,AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FORCHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE. 2. IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFERORADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS AND CAGE CODE OFTHE PACKAGING FACILITY. 3. PLEASE DO NOT INCLUDE SHIPPING COSTS. SHIPPING/TRANPORTATION ASSITANCE WILL BE IN ACCORDANCE WITH WSSTERMFZ02. 4. SOURCE INSPECTION IS REQUIRED FOR THIS ITEM. PLEASE PROVIDE ANY ADDITIONALCOSTS ASSOCIATED WITH SOURCE INSPECTION INTO YOUR UNIT PRICE. 5. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION. 6.EAF APPLIES. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Periscope Camouflage Cover Head Assembly #12); for use on Navy submarines.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 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. DRAWING DATA=4491223 |50225| G| |D|0001 | G|49998|2986236 DOCUMENT REF DATA=MIL-STD-130N | | | |121116|A| |01| DOCUMENT REF DATA=ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-STD-2035A | | | |950515|A| | | DOCUMENT REF DATA=MIL-DTL-5002F | | | |220510|A| | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=MIL-I-45208A | | | |810724|A|1 | | DOCUMENT REF DATA=MIL-DTL-24631/7 | | | |970606|A| | | DOCUMENT REF DATA=ASTM A240/A240M | | | |240501|A| | | DOCUMENT REF DATA=MIL-DTL-24441/29B | | | |090827|A| | | DOCUMENT REF DATA=MIL-DTL-24441/32B | | | |090827|A| | | DOCUMENT REF DATA=ASTM A276/A276M | | | |240201|A| | | DOCUMENT REF DATA=EIA-649C 2/19 | | | | |A| | | DOCUMENT REF DATA=ASTM A744/A744M | | | |211101|A| | | DOCUMENT REF DATA=ASME B46.1 - 2019 | | | | |A| | | DOCUMENT REF DATA=PEO UWS SCG ID #05-069 | | | | |A| | | DOCUMENT REF DATA=GLASS CLOTH NO. 112 (COML) | | | | |A| | | DOCUMENT REF DATA=PRIMER CHEMLOK 7701 (COML) | | | | |A| | | DOCUMENT REF DATA=NAV DOC.PS4491223CLASSIFIED | | | | |A| | | DOCUMENT REF DATA=ADHES LORD506 PARKERHANNICOML | | | | |A| | | DOCUMENT REF DATA=NAV DOC.05057161A UNCLASSIFED | | | | |A| | | DOCUMENT REF DATA=NAV DOC T9070-AL-DPC-020/077-2| | | | |A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Periscope Camouflage Cover Head Assembly #12; furnished under this contract/purchase order shall meet all the applicable material, mechanical, physical, inspection and testing requirements as specified on Drawing 4491223, Item Number 12 (consisting of item numbers 7 thru 10, 15 thru 20, and 62) and Naval Sea System Command (NAVSEA) Document PS4491223 (Classified) including associated specifications listed in this procurement.; 3.2 ;Security Clearance - This contract/purchase order requires the contractor to have a Government Security Clearance in accordance with the Contract Security Classification Specification (DD Form 254). ;Note: NAVSUP WSS shall attach DD Form 254 to this contract/purchase order.; ; 3.3 ;Government Finished Material (GFM) - NAVSUP WSS shall provide government finished material (GFM) RAM Sheets, Item Number 20 of drawing 4491223 to the suppliers for use on this contract/ purchase. Note: As stated in NAVSEA Document 05057161(Unclassified), paragraph 1.2 "Note that per PEO UWS SCG ID# 05-069, RAM material is CONFIDENTIAL and must therefore be handled, stored and disposed accordingly."; 3.4 ;Hazard Material - The supplier shall adhere to the requirements as in specified NAVSEA Document T9070-AL-DPC-020/077-2 regarding hazard materials.; 3.5 ;The supplier shall perform all welding on item number 7 as shown on drawing 4491223 and as specified in Notes 15 and 31 of the drawing, and shall perform visual inspection on all welds in accordance with the requirements of MIL-STD-2035 (Acceptability Class 1) as required by Note 32 of the drawing.; 3.6 ;Marking Requirements - The supplier shall mark and identify ;tag or bag; each first article and production lot unit ;Camouflage Cover Head Assembly #12; with the contract number, assembly drawing/item number and assembly serial number per MIL-STD-130.; 3.6.1 ;The supplier shall permanently mark and identify each first article and production lot unit Substrate Weldment, Item Number 7 in accordance with Note 10 of drawing 4491223.; 3.6.2 ;The supplier shall mark ;tag or bag; all piece parts with contract, drawing/item, heat, lot or batch and serial number in accordance with MIL-STD-130 until installed on the designated assembly.; 3.7 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The first article testing/inspection procedure and approval are required for ;Periscope Camouflage Cover Head Assembly #12;. Government approval is required prior to commencement of first article unit.; 3.8 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWC PD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.; 3.8.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPDWAWF/IRAPT ;Acceptor; DODACC is ;N64498;. The supplier shall not submit the quantitative (classified) electrical test results data in WAWF only the qualitative (unclassified) results for first article testing and each completed production ;Camouflage Cover Middle Barrel Assembly #40; for NSWCPD Code 242MO acceptance disposition. The supplier shall submit simultaneously electrical test results qualitative (unclassified) in WAWF to NSWCPD and quantitative (classified) to NUWC Division Newport, RI per paragraph 3.8.2.1 below.; 3.8.2 ;FOR THE SUPPLIER - DO NOT SUBMIT CAMOUFLAGE COVER MIDDLE BARREL UNIT QUANTITATIVE (CLASSIFIED) ELECTRICAL TEST RESULTS DATA IN WAWF ONLY THE QUALITATIVE (UNCLASSIFIED).; 3.8.3 ;The supplier shall submit/delivery RCU classified quantitative electrical test results data to NUWC Division Newport, RI for first article testing and each completed production ;Camouflage Cover Head Assembly #12; for acceptance disposition. See the specific submission/delivery guidelines provided by NUWC Newport, RI below: INNER SHIPPING LABEL Alexandra Hills Code 3423 Bldg.. 1404 OUTER SHIPPING LABEL Security/Document Control NUWC Division Newport (Street) Newport, RI 02841 If using USPS, street: 1176 Howell Street If using FEDEX, street: 47 Chandler Street. FEDEX requires advance report of shipment (REPSHIP)to be sent prior to shipping. REPSHIP general inbox: NWPT.NUWC NPT INBD REPSHIP@navy.mil, 401-832-6059, fax 401-841-4073 (or micheal.j.cabral7.civ@us.navy.mil or ashley.l.graham12.civ@us.navy.mil) Alexandra Hills contact information: NIPRI: alexandra.m.hills.civ@us.navy.mil SIPR:Alexandra.m.hills@navy.smil.mil Office:401-832-4217; 3.8.4 ;FOR NUWC NEWPORT, RI - NUWC Newport Technical Representative shall provide their technical acceptance disposition of each ;Camouflage Cover Head Assembly #12; quantitative electrical test results to NSWCPD c/242 via email matthew.j.ogilvie.civ@us.navy.mil. NUWC technical acceptance disposition shall include but not limited to the supplier's contract number, assembly drawing/item and assembly serial number of the ;Camouflage Cover HeadAssembly #12;.; 3.9 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.9.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.10 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 ;Inspection System - The Supplier's Quality System Plan shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality System Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality System Plan is required by the contract. CDRL: QUALITY SYSTEM PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110 ; 4.5 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfections as defined by Standard ASME B46.1. ; 4.6 ;Finished Edges - Finished shall be in accordance with the applicable drawing requirements.; 4.7 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for first article and production units. If the material is subsequently heat-treated a certification of physical analysis, after heat treatment is also required for each heat lot or batch. Also, where the applicable material specification calls out (e.g., corrosion resistance test, macro-etch test) these test results shall also be reported on the applicable mill or industrial laboratory report. The physical analysis shall establish the following properties for metallic parts: Ultimate Tensile Strength, Yield Strength and Elongation.; 4.8 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The supplier shall perform first article testing/inspection on ;Camouflage Cover Head Assembly #12; in accordance with drawing 4491223, MIL-STD-2035 and NAVSEA Document PS4491223 (Classified) and their approved first article procedure.; 4.8.1 ;The testing/inspection shall be made by the cognizant DCMA-QAR at the supplier's and/or subcontractor facility. The supplier shall notify NSWCPD, Code 242MO two weeks in advance prior to the scheduled first article testing, so an NSWCPD representative has the option of being present during the design verification testing.; 4.9 ;First Article Approval for Testing/Inspection Procedure and Acceptance - (Supplier Testing/ Inspection). The supplier shall prepare and submit their First Article Testing/Inspection Procedure for ;Camouflage Cover Head Assembly #12; in accordance with the requirements of DI-NDTI-80603, drawing 4491223, MIL-STD-2035 and NAVSEA Document PS4491223 (Classified) as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the procedure is required prior to commencement of first article testing. CDRL: FIRST ARTICLE TESTING/INSPECTION PRO…

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.