48--BALL,VALVE,PORTED, IN REPAIR/MODIFICATION OF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of ported ball valves. This critical effort involves Level 1 repair of "SPECIAL EMPHASIS material" for crucial shipboard systems, requiring specialized SUBSAFE work by a NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP). Offers are due by January 23, 2026.
Scope of Work
This solicitation covers the refurbishment of ported ball valves to specific Naval Sea Systems Command Drawings and Maintenance Standards. The work involves material designated as Level I, Scope of Certification, or Quality Assured. Key components such as the Body, Tailpiece, Stem, Ball, and Seat are Level I or Q3 and require pre-certification if replaced. All SUBSAFE work must be performed under Re-Entry Control (REC) with oversight from NSWC PD N64498. Contractors must comply with Commercial Asset Visibility (CAV) and the requirement is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). The requested Repair Turnaround Time (RTAT) is 110 days. The U.S. Navy will cover transportation costs to and from the repair site.
Contract & Timeline
- Type: Solicitation for a Firm Fixed Price contract for the full repair effort.
- Set-Aside: None specified.
- Response Due: January 23, 2026, 4:30 PM EST.
- Published: January 5, 2026.
- Award: The resultant award will be bilateral, requiring the Contractor's written acceptance.
Requirements & Evaluation
Offerors must provide a Firm Fixed Price for the repair effort and a separate cost for a new unit. Access to classified drawings (Confidential, 6984058) is required, potentially necessitating a facility clearance in accordance with FAR 52.204-2. Government Quality Assurance at the source will be performed by a DCMA NSEO representative. Evaluation will consider past performance (per Clause 252.213-7000 and WSSTERMMZ01). Contractors must also submit URO MRC inspections, a CCRP Certificate of Compliance (CoC), and a completed REC package. Proposed RTAT and any capacity constraints should be referenced in offers.
Additional Notes
Drawings associated with this solicitation are available on SAM.gov but have restricted access. Qualified contractors must request access and then email the Point of Contact (POC) to inform them of the request. For inquiries regarding DOP certification, contact Naomi Mable at naomi.h.mable.civ@us.navy.mil or 202-781-2727. For NAVSEA Note 5000 certification, contact Jason Swistak at jason.m.swistak.civ@us.navy.mil or 202-781-3087. The primary contact for this solicitation is Madison M. Gray at madison.m.gray4.civ@us.navy.mil or 717-605-4056.