48--VALVE AND ACTUATOR - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
SOL #: N0010425QZD69Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Place of performance not available
NAICS
Other Metal Valve and Pipe Fitting Manufacturing (332919)
PSC
Valves, Nonpowered (4820)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Aug 29, 2025
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Jan 9, 2026, 8:30 PM
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 (WSS) Mechanicsburg, has issued a solicitation for the teardown, evaluation, repair, and modification of Valves and Actuators (NSNs 4820-01-544-6503 and 4820-01-544-7207). This requirement supports critical naval systems and requires specialized refurbishment to "A" condition. Proposals are due by March 3, 2026.
Scope of Work
The contractor is responsible for the complete refurbishment of valve and actuator assemblies. Key tasks include:
- Teardown and Evaluation: Cleaning and determining if refurbishment is feasible while maintaining traceability of markings.
- Refurbishment: Performing repairs in accordance with specific Navy drawings (e.g., Drawing 2285-301) and technical manuals.
- Reporting: Compliance with Commercial Asset Visibility (CAV) system reporting and Material Condition Feedback (MCF) forms.
- Quality Assurance: Government Source Inspection (GSI) performed by DCMA Navy Special Emphasis Operations (NSEO).
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Delivery/RTAT: 238 days after receipt of asset (Repair Turnaround Time).
- Set-Aside: None specified.
- Response Due: March 3, 2026 (Extended via Amendment 0005).
- Priority Rating: DO-rated order for national defense use.
Evaluation Factors
Offers will be evaluated based on:
- Past Performance: NAVSUP WSS will consider historical performance data in the evaluation.
- Price: Offers must include a Firm Fixed Price for the full repair effort and a "cost of new" price for comparison.
- Technical Capability: Ability to meet the 238-day RTAT and any capacity constraints.
Additional Requirements
- Security: Access to classified drawings (Confidential) is required, necessitating a facility clearance per FAR 52.204-2.
- Technical Data: Drawings have restricted access; contractors must request approval via SAM.gov and notify the POC via email.
- Bilateral Award: The resulting contract requires written acceptance from the contractor prior to execution.
People
Points of Contact
MADISON.M.GRAY4.CIV@US.NAVY.MILPRIMARY
Files
Versions
Version 10
Solicitation
Posted: Feb 6, 2026
Version 9
Solicitation
Posted: Feb 4, 2026
Version 8
Pre-Solicitation
Posted: Feb 4, 2026
Version 7
Solicitation
Posted: Jan 7, 2026
Version 6Viewing
Solicitation
Posted: Dec 8, 2025
Version 5
Solicitation
Posted: Oct 29, 2025
Version 4
Pre-Solicitation
Posted: Oct 29, 2025
Version 3
Solicitation
Posted: Sep 26, 2025
Version 2
Solicitation
Posted: Sep 2, 2025
Version 1
Pre-Solicitation
Posted: Aug 29, 2025