48--VALVE ASSEMBLY,MANI, IN REPAIR/MODIFICATION OF

SOL #: N0038325QT557Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

Valves, Powered (4810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 13, 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 (NAVSUP WSS), is soliciting quotes for the repair and modification of Valve Assembly, MANI (P/N 71784, NSN 4810 016062525). This opportunity is a Total Small Business Set-Aside and requires suppliers to provide FAA-Certified parts and perform repairs at certified repair stations. The solicitation period has been extended, with quotes due by March 13, 2026, at 04:30 PM EST.

Scope of Work

This requirement involves the overhaul, upgrade, repair, testing, and inspection of Valve Assembly, MANI items to a Ready For Issue (RFI) condition. Contractors must provide all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:

  • FAA Certification: Use of FAA-Certified parts with FAA Form 8130-3 or Certificate of Conformance, performed by 14 CFR Part 145 certified repair stations.
  • Quality Standards: Compliance with MIL-STD-130 for markings, Boeing drawing 71784, ISO 9001/SAE AS9100 for quality systems, and ANSI/NCSL Z540.3 or ISO-10012-1 for calibration.
  • Material Requirements: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless PCO-approved. Cannibalization requires specific PCO approval.
  • Repair Conditions: Procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are detailed, requiring DCMA concurrence and PCO approval for disposition.
  • Configuration Management: Adherence to NAVSUP WSS configuration management clause NAVICPIA18.

Contract & Timeline

  • Type: Solicitation for Firm Fixed Unit Pricing, competitive procedures.
  • Set-Aside: Total Small Business.
  • Response Due: March 13, 2026, 04:30 PM EST.
  • Published: March 2, 2026 (Amendment).
  • Repair Turnaround Time (RTAT): Required 90 days after asset receipt.
  • Induction Expiration: 365 days after contract award.
  • Deliveries: Early and incremental deliveries are accepted and preferred.

Evaluation

Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. Evaluation factors, in order of importance, are:

  1. Price
  2. RTAT (Repair Turnaround Time)
  3. Past Performance

Additional Notes

Quotes must be emailed to Carolyn.a.clark30.civ@us.navy.mil. Late quotes will not be considered. If only one acceptable quote is received, competitive procedures may shift to sole source negotiations.

People

Points of Contact

CAROLYN.A.CLARK30.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 2, 2026
Version 1
Pre-Solicitation
Posted: Mar 2, 2026
View
48--VALVE ASSEMBLY,MANI, IN REPAIR/MODIFICATION OF | GovScope