48--VALVE, HULL/BACKUP
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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for a 2-inch combination hull and backup ball valve. This is a Firm-Fixed Price contract for material designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured) due to its critical role in shipboard systems, where failure could lead to serious injury, loss of life, or loss of vital systems/ship. Proposals are due February 24, 2026.
Scope of Work
The requirement is for a complete 2-inch combination hull and backup ball valve, manufactured in accordance with Naval Sea Systems Command drawings (e.g., 6408529, 4385050, 4384678) and associated liabilities. This includes highly specific material requirements for components like the body, tailpiece, stems, studs, nuts, and balls, utilizing materials such as ASTM-B369, QQ-N-286, MIL-DTL-1222, SAE-AMS-6931, and MD71-GG Mearthane. The contract also mandates extensive testing certifications including Liquid Penetrant, Dye Penetrant, Ultrasonic, Weldability, and Production Tests. Radiography is required for specific components.
Contract & Timeline
- Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside
- Response Due: February 24, 2026, at 9:30 PM EST
- Published: February 11, 2026
- Product Service Code: 4820 (Valves, Nonpowered)
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers in accordance with FAR 13.106(a)(2). The resultant award will be issued bilaterally and will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Key Requirements & Action Items
- Security Clearance: Offerors must possess a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, as the RFQ (N0010426RZA15) includes a classified annex at the CONFIDENTIAL level. Classified material must be handled per NSPOM and Industrial Security Regulation.
- Quality Assurance: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208 as an alternate) and calibration system requirements of ISO-10012 (or MIL-STD-45662). Government Quality Assurance at source is required.
- Traceability & Certification: Strict material traceability, marking, and certification are required for all Level I/SUBSAFE materials, including detailed chemical and mechanical analysis.
- Welding: Specific welding procedures and qualification data must be submitted for review and approval prior to any welding.
- Drawings: Access to drawings must be requested on SAM.gov, followed by an email to the listed Point of Contact.
- Contact: For inquiries, contact ROBERT.H.LANGEL.CIV@US.NAVY.MIL.
- Submission: Proposals via electronic media (email) are required.