N0010426QUB30
58--TILE,RUBBER
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS MECHANICSBURG > NAVSUP WEAPON SYSTEMS SUPPORT MECH
Quick analysis
NAVSUP WSS Mechanicsburg RFQ to procure Level 1 TILE, RUBBER (NSN 5840-01-501-5599) with OEM/approved-source restrictions and MIL-I-45208A-equivalent inspection system certification.
Solicitation indicates intent to negotiate with only one source under FAR 6.302-1; non-manufacturers must present OEM authorization, and item will be acquired from approved sources only.
This is a commodity/supply buy outside Trace’s core integration/SATCOM/CDS/MPE lanes, with manufacturing quality system and source-approval requirements we do not hold per company profile.
Given sole-source posture, approved-source restriction, and lack of relevant past performance/capability, this opportunity is not a fit for Trace.
Scope summary
- Supply TILE, RUBBER, NSN 5840-01-501-5599; quantities indicate two 500 EA line items plus DD1423 and Production Lot Test.
- Level 1 item: acquired from approved sources only; non-manufacturers must submit OEM authorization.
- Inspection system must conform to MIL-I-45208A or equivalent, certified by a joint DCMA/NAVSUP WSS survey team.
- Government Source Inspection; Inspection/Acceptance at origin.
- Packaging per MIL-STD-2073 and NAVSEA PHS&T 05P1-13.
- IUID per DFARS 252.211-7003.
- FOB Origin; do not include shipping costs; shipping terms per WSSTERMFZ02.
- Provision of PTAT (procurement delivery lead time) in days; accelerated delivery encouraged under EAF.
- Compliance with DFARS 252.204-7012 (cyber incident reporting) and other standard FAR/DFARS clauses.
- Electronic quote to NAVSUP WSS with unit/total price, CAGE, quote validity (≥90 days), and any BOA/IDIQ details if applicable.
Dimension scores
The requirement is a commodity supply (TILE, RUBBER, NSN 5840-01-501-5599) with manufacturing/quality system needs (MIL-I-45208A-equivalent, Level 1 item, Production Lot Test). This is outside Trace’s core capabilities (SATCOM/LEO, CDS/NSA TI, MPE, edge compute, IT O&M). Evidence: RFQ sections citing Level 1 item, OEM authorization, packaging and inspection requirements.
No cited Trace past performance in NAVSUP WSS commodity manufacturing/supply. Company profile lists DISA MPE-S, Army FSR, USAF/USSF/MDA programs—not NAVSUP commodity buys. Mission/contract type differ materially from Trace’s record.
This appears to be a standalone RFQ on SAM (not restricted to a specific IDIQ vehicle Trace lacks). However, the notice indicates intent to solicit/negotiated with only one source under FAR 6.302-1, which does not affect vehicle access but does limit competitiveness. Evidence: SAM synopsis and RFQ indicate sole-source intent.
RFQ states Level 1 item acquired from approved sources only and cites intent to negotiate with only one source under FAR 6.302-1. Trace is not an OEM nor listed as an approved source per available evidence, creating a clear disqualifier without OEM authorization and source approval. Evidence: solicitation excerpts on approved sources and sole-source intent.
Very high risk of non-qualification: approved-source restriction, need for MIL-I-45208A-equivalent inspection system certified by DCMA/NAVSUP, Government Source Inspection, Production Lot Test, and rapid delivery under Emergency Acquisition Flexibilities. These introduce qualification, schedule, and compliance risks that Trace cannot readily mitigate.
Commodity rubber tile supply provides no strategic alignment to Trace’s targeted lanes (SATCOM/LEO, CDS/MPE, C5ISR/edge, managed services). Does not open a priority agency relationship or vehicle; minimal broader value.
Key compliance hurdles are unmet: Level 1 approved-source requirement and MIL-I-45208A-equivalent inspection system certification by DCMA/NAVSUP. Absent OEM status/authorization and source approval, Trace is likely disqualified. Evidence: RFQ requirements for approved sources and inspection system certification.
Concerns
- Sole-source posture under FAR 6.302-1 limits award likelihood for non-approved sources.
- Approved-source restriction for a Level 1 item; Trace is not an OEM/approved source per available evidence.
- MIL-I-45208A-equivalent inspection system certification requirement presents a likely compliance gap.
- Government Source Inspection and destructive Production Lot Test add schedule/cost/qualification risk.
- Short or uncertain lead times under Emergency Acquisition Flexibilities may be difficult to meet without established supply chain.
- Partial document visibility may obscure additional restrictive requirements (e.g., drawings, QPL/QPD).
Teaming opportunities
- OEM or approved-source manufacturer/distributor partner with documented authorization.
- Access to an inspection system conforming to MIL-I-45208A (or equivalent) with DCMA/NAVSUP certification.
- Packaging/marking capability for MIL-STD-2073 and NAVSEA PHS&T 05P1-13.
- Established process for Government Source Inspection coordination and lot testing.
- IUID marking capability per DFARS 252.211-7003.
Competitive position
- No compelling win themes identified; requirement is a commodity supply restricted to approved sources, outside Trace’s differentiation areas.
Bid/No bid factors
- Notice of intent to negotiate with only one source (FAR 6.302-1).
- Level 1 item—approved sources only.
- MIL-I-45208A-equivalent inspection system certification required.
- Commodity supply not aligned to Trace core capabilities.
- Partial RFQ access; unreadable/partial documents may contain further restrictions.
Documents
Download all
3.01_RFQ_N0010426QUB30_26049-0003.PDF
Download
Restricted: Unreadable
Document could not be reviewed because access is restricted or controlled. Analysis continues using other available evidence.
3.01_RFQ_N0010426QUB30_26049-0003.PDF.pdf
No current live SAM.gov attachment matches this stored row.
Partially reviewed: Too large
Partially reviewed RFQ (selected sections only; full file was too large) from NAVSUP WSS Mechanicsburg for procurement of "TILE, RUBBER" (NSN 5840-01-501-5599). The extraction shows schedule, quantities, packaging/inspection requirements, submission instructions, contract/DFARS clauses including IUID and cyber incident reporting, and notes that award will be bilateral and requires an authorized source. Due date appears as 2026-05-11 on the form.
- Solicitation ID: N00104-26-Q-UB30; issuing office: NAVSUP Weapon Systems Support Mechanicsburg (POC email: JORDAN.D.BURT.CIV@US.NAVY.MIL).
- Item: TILE, RUBBER; NSN 5840-01-501-5599; part/reference 5PN79 7338390-3; shelf life and nomenclature referenced in Sections C/D/E/attachments.
- Quantities/line items: multiple destinations with 500 EA entries (0001AA and 0001AB list 500 EA each) plus line items for DD Form 1423 and Production Lot Test (government destructive) as 1 LO NSP each.
- Procurement type: Buy/Procurement; award will be bilateral requiring contractor written acceptance.
- Delivery/lead time: Delivery by statement on SF-18 shows 30 days; solicitation requests procurement delivery lead time (PTAT) in days from offeror.
- Packaging & inspection: MIL-STD-2073 packaging; packaging per NAVSEA PHS&T 05P1-13; Government Source Inspection required; Inspection/Acceptance at origin.
- Shipping/contract terms: All freight FOB Origin; instruction: DO NOT INCLUDE SHIPPING COSTS; shipping assistance per WSSTERMFZ02; clause 252.247-7023 (Transportation of Supplies by Sea) referenced.
- Traceability/authorization: IUID requirements per DFARS 252.211-7003; offerors not manufacturer must provide OEM authorization letter/email; awardee must be an authorized source (award not delayed while authorization sought).
- Acquisition flexibilities: Solicitation issued pursuant to Emergency Acquisition Flexibilities (EAF); accelerated delivery encouraged/accepted.
- Regulatory/flowdown clauses: FAR/DFARS clauses present including 52.204-10 reporting executive compensation, 52.222-36 equal opportunity for workers with disabilities, 252.204-7012 safeguarding covered defense information and cyber incident reporting.
- Quote content requested: New procurement unit price, total price, PTAT (days), award-to CAGE, inspection & acceptance CAGE if different, cost breakdown including profit if feasible, quote expiration (90 days min), delivery vehicle (if BOA/IDIQ).
- Set-aside: Form shows a small-business classification area but is not clearly marked as a set-aside in extracted sections (ambiguous).
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 3412
Notice lineage:
- 69b791e892c649d08b50722344a26302 (posted 2026-04-13) - current
- c9fd05e5c37d4463b0801f135969dce2
Last synced: 2026-04-21T15:38:33.417114+00:00
Last analyzed: 2026-04-21T15:40:26.427624+00:00
Latest package fingerprint: f5166f24c6fe400b25021744b253f8186d3ba919bf24729d4a274ade0e59bd73
Latest package notice: 69b791e892c649d08b50722344a26302
Latest package documents: 2
Evidence limitations- 3.01_RFQ_N0010426QUB30_26049-0003.PDF: restricted (unreadable)
- 3.01_RFQ_N0010426QUB30_26049-0003.PDF.pdf: partially reviewed (too large)
- Only partial document evidence was available from the upstream package.
- 2026-04-21T15:38:33.418986+00:00: 69b791e892c649d08b50722344a26302 with 2 docs
Labels
Human notes
No human notes yet.