48--PARTS KIT,BALL VALV, 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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of Ball Valve Parts Kits (Product Service Code 4820 - Valves, Nonpowered). This opportunity is designated as a Total Small Business Set-Aside. The requirement involves refurbishing critical components for crucial shipboard systems, designated as SPECIAL EMPHASIS material (Level I/SUBSAFE). Offers are due by 4:30 PM EST on March 9, 2026.
Scope of Work
This effort focuses on the refurbishment of specific ball valve components, including Ball Find No. 31 and two mating Seats Find No. 22, in accordance with Naval Sea Systems Command Drawing 801-6404977. Key requirements include:
- Inspection and Refurbishment: Disassembly, recording identifying markings, and refurbishment of parts. Unusable balls will be dispositioned, and new balls are not to be manufactured under this contract. Seats are to be manufactured.
- Material Specifications: Specific materials are required for the Ball (SAE-AMS-6931 or Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5) and Seats (Delrin: Dupont AF DE588 with detailed properties).
- Technical Processes: Includes non-destructive testing, specific ball rework limitations (minimum 8.362 inches outside diameter), acceptable ball stem slot defects, seat stack height measurement, welding/brazing per specified standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248), and Teflon coating (Chemours Company 850G-204/852G-201).
- Quality Assurance: Adherence to ISO-9001 (or MIL-I-45208) quality systems, extensive traceability, material certifications (CDRL DI-MISC-81020, DI-MISC-80678), and mercury-free requirements. Government Source Inspection (GSI) at the contractor's facility is required.
Contract & Timeline
- Contract Type: Solicitation for repair/modification services.
- Set-Aside: Total Small Business.
- Award Type: Resultant award will be issued bilaterally and is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
- Pricing: Offers must include an estimated price for the full repair effort. A Firm-Fixed Price offer will be submitted after a 30-day teardown and evaluation period, along with a cost of new price.
- Delivery: Final material delivery is required 71 days after the contract effective date, with certification data CDRLs due 20 days prior.
- Repair Turn Around Time (RTAT): Defined and subject to price reductions if not met.
- Government Furnished Property (GFP): Utilization of GFP is required.
- Transportation: US Navy will cover transportation to/from the repair site.
- Response Due: March 9, 2026, 4:30 PM EST.
- Published Date: February 10, 2026.
Evaluation Factors
Past performance will be considered in the evaluation of offers.
Additional Notes
Drawings associated with this solicitation have restricted access and are available on SAM.gov; qualified contractors must email the POC to request access. Certification data must be submitted to Portsmouth Naval Shipyard via WAWF. All contractual documents are considered issued when transmitted electronically.
Contact Information
For inquiries, contact MADISON.M.GRAY4.CIV@US.NAVY.MIL or 717-605-4056.