48--VALVE AND ACTUATOR - AND SIMILAR REPLACEMENT PARTS, 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, NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair/modification and refurbishment of Valves and Actuators and similar replacement parts. This opportunity involves teardown, evaluation, and repair services for specific NSNs (7HH 4820-01-544-6503 and 7HH 4820-01-544-7207). Offers are due by March 3, 2026, at 4:30 PM EST.
Scope of Work
This solicitation requires contractors to perform teardown, evaluation, repair, and/or modification of specific Valve and Actuator components. The scope includes manufacturing or refurbishment to meet contract quality requirements, adhering to technical specifications, and ensuring compliance with Drawing 2285-301 Assembly BT Orientation 2. Contractors must maintain traceability of markings and comply with Commercial Asset Visibility (CAV) reporting. Government Quality Assurance will be performed at the source by DCMA NSEO.
Contract Details
- Type: Solicitation for Firm Fixed Price contract.
- Product Service Code: 4820 (Valves, Nonpowered).
- Set-Aside: Not a specific set-aside; open to both Small Business and Other Than Small Business.
- Response Due: March 3, 2026, at 4:30 PM EST.
- Published: February 4, 2026.
- Award Type: Resultant award will be issued bilaterally.
- Delivery: Final delivery of material required on or before 238 days after the effective contract date.
- Priority Rating: This is a "DO" rated order certified for national defense use under DPAS.
Key Requirements & Special Conditions
- Drawings: Access to classified drawings (e.g., 4456141 - Confidential) is required, potentially necessitating a facility clearance (FAR 52.204-2). Drawings are available on SAM.gov with restricted access; qualified contractors must email the POC after requesting access.
- Pricing: Offers must be Firm Fixed Price for the full repair effort, including a cost of new price. Over and above requests are permitted per DFARS 252.217-7028.
- Repair Turnaround Time (RTAT): Requested RTAT is 238 days, measured from asset return to acceptance. Offerors must reference proposed RTAT and any capacity constraints.
- Transportation: All transportation to/from the repair site will be paid for by the US Navy.
- Configuration Control: Contractors must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes. Waivers/Deviations require Contracting Officer approval and submission via ECDS.
- CCRP Serial Numbering: Commercial Designated Overhaul Points (DOPs) must assign unique CCRP Factory Pool serial numbers if none exist, following a specified format (FP-AAAAA-YY-XXXX).
- ECDS System: The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is used for Contract Support Library access and waiver/deviation submissions.
Evaluation Factors
- Past Performance: Will be considered in the evaluation of offers (see NAVSUP WSS term WSSTERMMZ01).
Contact Information
- Primary Point of Contact: MADISON.M.GRAY4.CIV@US.NAVY.MIL, Phone: 717-605-4056.
- DOP Approval Inquiries: Naomi Mable, 202-781-2727, naomi.h.mable.civ@us.navy.mil.