Skip to content
Department of Defense

20--TILE

Solicitation: N0010425RYH86
Notice ID: ef55d62762744aa4a9726819160dd1d4
TypeSolicitationNAICS 336611PSC2090DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 13, 2026, 12:00 AM UTCDueMar 27, 2026, 09:00 PM UTCCloses in 31 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 27, 2026. Industry: NAICS 336611 • PSC 2090.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0010425RYH86. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,521,335,901 • Share 51.6%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
51.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 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
ALISON.N.BRUKER.CIV@US.NAVY.MIL
Phone
7176056447

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 336611

Description

CONTACT INFORMATION|4|N741.3|GDS|717.605.1309|alison.n.bruker.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208 | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|45| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|2500|500 DAYS|0001AB|2500|500 DAYS|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| QUALIFICATION REQUIREMENTS (FEB 1995)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|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 AND2025-O0004))|13|336611|1250 (# OF EMPLOYEES)|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||| The purpose of this solicitation amendment is to change the offer due date to 3/27/26. This amendment makes no other changes to the solicitation. \ This solicitation is for the following PROCUREMENT: TILE; NSN: 1HS 2090 012244914 ST; Quantity 5,000 in accordance with Reference number 5808278 TILE AD-79M SHAPE A. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Government-Source Inspection and Acceptance (G-S I&A) is required. If the G-S I&A will occur at a different CAGE from the Admin Award CAGE, please provide the procurement facility CAGE and/or packaging CAGE with the quote. The resultant award of this BUY solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :__________ Awardee CAGE: __________ Inspection & Acceptance CAGE, if not at source:__________ THIS REQUIREMENT REQUIRES HIGHER LEVEL INSPECTION CODE: MIL-I-45208 A DD254 applies to this requirement. Offerors must have a valid U.S. security clearance of classified or higher in order to respond to this RFQ because the RFQ includes an annex (information) classified at the confidential level which will be released only to offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R).^^ All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other 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. This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). Please submit a procurement quote to Alison Bruker via email: alison.n.bruker.civ@us.navy.mil. This is the only submission method authorized. All other delivery methods (i.e., fax, NECO, etc.) will not be accepted. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TILE , part of the ;Special Hull Treatment (SHT) Program. This specification covers one class of SHT Tiles, identified as AD-79 Shape A; . 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.2 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. 2.3 ;Certain documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. Drawings (53711) 5808346 and 5808344 are classified. Classification is Confidential.; 2.4 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: ;Drawings # 5808346 & 5808344 (confidential); DRAWING DATA=5808278 |53711| I| |D|0001 | I|49998|0055339 DRAWING DATA=5808278 |53711| I| |D|0002 | I|49998|0020045 DRAWING DATA=5808278 |53711| I| |D|0003 | I|49998|0026681 DRAWING DATA=5808278 |53711| I| |D|0004 | I|49998|0035057 DRAWING DATA=5808278 |53711| I| |D|0005 | I|49998|0039263 DRAWING DATA=5808278 |53711| I| |D|0006 | I|49998|0022155 DRAWING DATA=5808278 |53711| I| |D|0007 | I|49998|0017245 DRAWING DATA=5808278 |53711| I| |D|0008 | I|49998|0037926 DRAWING DATA=5808278 |53711| I| |D|0009 | I|49998|0036457 DRAWING DATA=5808278 |53711| I| |D|0010 | I|49998|0027305 DRAWING DATA=5808278 |53711| I| |D|0011 | I|49998|0028560 DRAWING DATA=5808278 |53711| I| |D|0012 | I|49998|0027185 DRAWING DATA=5808278 |53711| I| |D|0013 | I|49998|0024123 DRAWING DATA=5808278 |53711| I| |D|0014 | I|49998|0036564 DRAWING DATA=5808278 |53711| I| |D|0015 | I|49998|0045738 DRAWING DATA=5808278 |53711| I| |D|0016 | I|49998|0042279 DRAWING DATA=5808278 |53711| I| |D|0017 | I|49998|0039438 DRAWING DATA=5808278 |53711| I| |D|0018 | I|49998|0032175 DRAWING DATA=5808278 |53711| I| |D|0019 | I|49998|0034470 DRAWING DATA=5808278 |53711| I| |D|0020 | I|49998|0031465 DRAWING DATA=5808278 |53711| I| |D|0021 | I|49998|0038438 DRAWING DATA=5808278 |53711| I| |D|0022 | I|49998|0039550 DRAWING DATA=5808278 |53711| I| |D|0023 | I|49998|0032985 DRAWING DATA=5808278 |53711| I| |D|0024 | I|49998|0037627 DRAWING DATA=5808278 |53711| I| |D|0025 | I|49998|0020182 DRAWING DATA=5808278 |53711| I| |D|0026 | I|49998|0031199 DRAWING DATA=5808278 |53711| I| |D|0027 | I|49998|0027656 DRAWING DATA=5808278 |53711| I| |D|0028 | I|49998|0032085 DRAWING DATA=5808278 |53711| I| |D|0029 | I|49998|0034677 DRAWING DATA=5808344 |53711| B| |D|0001 | B|00026|0000000 DRAWING DATA=5808346 |53711| E| |D|0001 | E|00026|0000000 DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-147 | | |D |960325|A| | | DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-10 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | |92 |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | |90 |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=DI-E-2121 |DI-MISC-80678 DOCUMENT CHANGE DATA=DI-T-2072 |DI-NDTI-80809 DOCUMENT CHANGE DATA=DI-T-4902 |DI-MISC-80678 DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073-1 DOCUMENT CHANGE DATA=PP-B-636 |ASTM-D5118 & ASTM-D1974 3. REQUIREMENTS 3.1 ;This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approver source(s).The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for the purpose of approving additional sources. Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) program are urged to contact the Government design control activity to arrange for test and, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Manufacturing and Design - The TILE furnished under this contract/purchase order shall meet the material and physical requirements as specified ;on 53711 drawing 5808278, CONFIDENTIAL 53711 DRAWING 5808346, and CONFIDENTIAL 53711 drawing 5808344 except as amplified or modified herein.; . 3.3 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.) 3.3.1 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. 3.4 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. 3.5 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 3.6 ;Security - The contractor is responsible to provide security safeguards for all CONFIDENTIAL data, molds, tiles and the controlled area as specified in paragraph 6.9 of 53711 Drawing 5808278.; 3.7 ;MOLDS - The contractor is responsible for designing molds to produce the tiles as specified in paragraph 6.3 of 53711 Drawing 5808278. The contractor shall certify that all molds are equivalant in critical dimensions and allowable tolerances.The government reserves the right to examine mold drawings or molds and to accept or reject plan tolerances. The molds are UNCLASSIFIED but shall be afforded maximum protection to ensure minimum visibility and prevent access by unauthorized personnel in accordance with paragraph 6.3 and 6.9.1 of 53711 Drawing 5808278.; 3.8 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.2 of 53711 Drawing 5808278.; 3.9 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawaing 5808278.; 3.10 ;Adhesion of Tiles to Steel - "SHT" Epoxy Paint Hull Preservation DTNSRDC - 2844-1109 (NNVSEA Drawing 53711, 5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA Drawing 53711, 5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Tiles to Steel" testing.; 3.11 Marking - This item shall be physically identified i…

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.