48--VALVE,ACTUATOR ASSY, IN REPAIR/MODIFICATION OF
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 (WSS) Mechanicsburg, is soliciting offers for the repair and modification of VALVE, ACTUATOR ASSY (Product Service Code 4820). This opportunity requires specialized engineering source approval and acquisition from approved sources due to proprietary data rights and manufacturing knowledge. Offerors must possess a U.S. security clearance of Confidential or higher to access classified annexes and respond.
Scope of Work
The contract involves the manufacture or refurbishment of VALVE, ACTUATOR ASSY, adhering to specific contract quality requirements. Key tasks include:
- Refurbishment in accordance with Drawing 7108535 ASSY A and multiple MS (Material Specification) numbers (e.g., 5640-081-387 REVA CHG-8, 5640-081-347 REV - CHG-9, 7650-081-005 REV D).
- Cleaning and determining refurbishment feasibility, maintaining traceability of markings.
- Compliance with Corporate Component Repair Program (CCRP) serial numbering requirements, including assigning new Factory Pool (FP) numbers and attaching metal tags if necessary.
- Maintaining total equipment baseline configuration and providing proprietary design drawings in electronic (C4) format.
Contract & Timeline
- Type: Firm Fixed Price (FFP) for the full repair effort, with provisions for "over and above" requests per DFARS 252.217-7028.
- Award: Bilateral, requiring Contractor's written acceptance.
- Delivery: Final material delivery required on or before 183 days after the contract effective date.
- Repair Turnaround Time (RTAT): Requested RTAT is 183 days. Offerors must propose their RTAT and capacity constraints.
- Priority Rating: "DO" rated order under the Defense Priorities and Allocations System (DPAS) for national defense use.
- Set-Aside: None specified.
- Response Due: March 27, 2026, at 4:30 PM EST.
- Published: March 2, 2026 (latest amendment).
Requirements & Conditions
- Security Clearance: Mandatory U.S. security clearance of Confidential or higher for offerors.
- Drawings: Restricted access drawings are available on SAM.gov. Qualified contractors must request access and then email the POC.
- Quality Assurance: Government Quality Assurance at source by Defense Contract Management Agency (DCMA) Navy Special Emphasis Operations (NSEO) representatives.
- Waivers/Deviations/ECPs: Specific procedures for submitting waivers, deviations, and Engineering Change Proposals (ECPs) via WAWF or ECDS system.
- Transportation: All transportation to/from the repair site will be paid for by the US Navy.
- Compliance: Contract requires compliance with Commercial Asset Visibility (CAV) in accordance with NAVSUPWSSFA24.
Additional Notes
A cost of new price must be provided in addition to the repair price. Offerors should also include RTAT, Throughput Constraint, and Induction Expiration Date in their proposals.