29--VALVE,SECONDARY DI,, IN REPAIR/MODIFICATION OF

SOL #: N0038326QDA20Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

Engine Fuel System Components, Nonaircraft (2910)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Jan 15, 2026
3
Response Deadline
Feb 2, 2026, 4:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of Secondary DI Valves (NSN: 7RH 2910 015882376 V2). This is a commercial item procurement under FAR Part 15, requiring specialized repair services to return units to a Ready For Issue (RFI) condition. Quotes are due by February 13, 2026.

Scope of Work

The contractor will be responsible for the repair, testing, and inspection of the specified valves, including component repair and replacement. Key requirements include:

  • Markings: In accordance with MIL-STD-130.
  • Wire Usage: SAE-AS22759 series wire must be used in lieu of MIL-W-81381.
  • Contractor Responsibility: Provision of all necessary equipment (fixtures, jigs, test equipment) and materials, unless specified as Government Furnished Material (GFM).
  • Repair Turnaround Time (RTAT): 67 days after receipt of asset. Consideration will be assessed for failure to meet RTATs.
  • Throughput Constraint: Contractors must provide a monthly throughput constraint for each NSN.
  • Induction Expiration: 365 days after contract award date.
  • Quality Requirements: Establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
  • Configuration Management: Maintain a plan per NAVSUP WSS clause NAVICPIA18.
  • Definitions: Detailed definitions for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are provided, outlining procedures for contractor notification and Government approval.
  • Parts and Materials: Contractor is responsible for supplying new parts and materials in accordance with FAR 52.211-5, with specific approval required for using other than new material or cannibalization.

Contract & Timeline

  • Type: Commercial Item Procurement (RFQ under FAR Part 15)
  • Product Service Code: 2910 (Engine Fuel System Components, Nonaircraft)
  • Set-Aside: Not specified.
  • Quote Due: February 13, 2026, 8:30 PM EST
  • Published: January 15, 2026

Evaluation

Evaluation will be based on commercial products and services criteria. Quotes should be submitted via email.

Additional Notes

Early and incremental deliveries are accepted and preferred. All contractual documents are considered "issued" upon deposit in mail, facsimile, or electronic commerce methods like email. The contractor's facility for repair is specified as Honeywell International Inc., 1300 W Warner Road, Tempe, AZ. 85285-2200 (Cage Code: 59364).

People

Points of Contact

LARA L. SZOTT, N721.29, EMAIL LARA.L.SZOTT.CIV@US.NAVY.MILPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Jan 15, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 18, 2025
29--VALVE,SECONDARY DI,, IN REPAIR/MODIFICATION OF | GovScope