48--VALVE ASSEMBLY,MANI
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 proposals for a Firm Fixed-Price contract to procure VALVE ASSEMBLY, MANI (Pressure Reducing Manifold Assembly). This opportunity involves the supply of critical shipboard components designated as SPECIAL EMPHASIS material, requiring stringent quality control and traceability. Offers are due by April 30, 2026, at 2:00 PM local time.
Scope of Work
The contract requires the complete PRESSURE REDUCING MANIFOLD ASSEMBLY in accordance with VACCO Drawing S1E10203, Assembly Part Number S1E10203-07, and VACCO document WI-S1E10203. This includes detailed material specifications for various parts (e.g., Body, Filter Cap, Port Adapters, Screws, Plugs, Tubes, Stems, Poppets, Glands, Orifice Blocks, Bonnets, Pistons) using specific alloys and conditions (e.g., SAE-AMS-QQ-S-763, ASTM-A182, ASTM-A582, SAE AMS 5643).
Contract & Timeline
- Type: Firm Fixed-Price
- Set-Aside: None specified
- Response Due: April 30, 2026, 2:00 PM local time
- Published: April 15, 2026 (Amendment date)
Key Requirements
This is for SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) for crucial shipboard systems, where failure could result in serious injury or loss.
- Testing & Certification: Extensive certifications are required for visual inspection, intergranular corrosion tests, quality conformance tests, liquid penetrant inspection, and non-destructive tests. Specific performance and acceptance standards (e.g., T9074-AS-GIB-010/271, MIL-STD-2035, ASTM-A262) are mandated.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (amplified by contract) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternate of MIL-I-45208 with MIL-STD-45662 is acceptable.
- Traceability: Strict material traceability is required from raw material to finished component, including unique traceability numbers, heat-lot numbers, and heat-treat numbers, with permanent markings per MIL-STD-792.
- Configuration Control: Procedures for waivers/deviations and Engineering Change Proposals (ECPs) are detailed, requiring Government review and approval.
- Government Quality Assurance: Government Quality Assurance (GQA) at the source is required, with contractors needing to notify the DCMA QAR. Subcontractor inspection requirements are also outlined.
- Packaging: Packaging must be in accordance with MIL-STD-2073.
Additional Notes
Proposals must be submitted electronically. The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for data submissions, questions, and waiver requests. Contact SCOTT.R.YOUNGBLOOD2.CIV@US.NAVY.MIL for inquiries.