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 the procurement of VALVE ASSEMBLY,MANI (3 Inch Firing Valve) for the TRIPER Program. This is a Firm Fixed-Price contract for crucial shipboard system material designated as SPECIAL EMPHASIS (Level I), requiring stringent quality and traceability controls. Proposals are due by March 3, 2026.
Scope of Work
This opportunity involves the procurement of a 3 Inch Firing Valve, which is a critical component for shipboard systems. The material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured), meaning incorrect or defective material could lead to serious personnel injury, loss of life, vital shipboard systems, or the ship itself. The contract details extensive material specifications, testing certifications (e.g., Liquid Penetrant Inspection, Intergranular Corrosion Test, Acceptance Tests), and hydrogen embrittlement relief requirements.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Agency: Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg
- Set-Aside: None specified; however, a Small Business Subcontracting Plan is required for large businesses.
- Response Due: March 3, 2026, 6:00 PM EST
- Published: February 26, 2026
Key Requirements & Evaluation
Offerors must provide a Small Business Subcontracting Plan with their proposal. Past performance will be considered in the evaluation. The award will be issued bilaterally, requiring the contractor's written acceptance. This is a rated order for national defense use, requiring compliance with the Defense Priorities and Allocations System Regulation (15 CFR 700).
Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 (or MIL-STD-45662). Strict traceability from material to certification test reports is mandatory for Level I/SUBSAFE systems. Welding, brazing, and material handling procedures are subject to specific Navy requirements and approvals. Waivers, deviations, and Engineering Change Proposals (ECPs) must be submitted via the ECDS (Electronic Contractor Data Submission) system. Material must be mercury-free.
Submission & Contact
Proposals, including all certification data CDRLS, are expected to lead to final material delivery within 450 days. Electronic media submissions are required, and questions/clarifications can be submitted via ECDS. Contact: MICHAEL.E.THOMAN2.CIV@US.NAVY.MIL, Phone: 717-605-4236.