48--VALVE,FLOW CONTROL, IN REPAIR/MODIFICATION OF

SOL #: N0038325RT111Solicitation

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

No set aside specified

Timeline

1
Posted
Apr 5, 2025
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Feb 13, 2026, 6:00 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, is issuing a solicitation for the repair and modification of VALVE, FLOW CONTROL (NSN 4810014721429). This competitive procurement seeks a single award to a government-approved source for returning these items to a Ready For Issue (RFI) condition. Quotes are due by April 3, 2026, at 2:00 PM EST.

Scope of Work

The contractor will be responsible for the overhaul, upgrade, repair, testing, and inspection of the specified VALVE, FLOW CONTROL units. This includes providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:

  • Adherence to MIL-STD-130 for markings.
  • Prohibition of MIL-W-81381 wire, requiring SAE-AS22759 series instead.
  • Compliance with quality control systems such as Mil-I-45208A, Mil-Q 9858, ISO-9000/9001/9002, or equivalent, and ISO 9001/SAE AS9100.
  • Maintaining a calibration system per ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.
  • Strict procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring Government approval.
  • Use of new parts and materials in accordance with FAR 52.211-5, with cannibalization requiring specific PCO approval.
  • Maintaining a configuration management plan per NAVSUP WSS clause NAVICPIA18.
  • Proper storage and MIL-STD 2073 packaging.

Contract & Timeline

  • Type: Competitive Solicitation, resulting in a single Firm Fixed Price (FFP) award.
  • Set-Aside: None specified. Award will be limited to government-approved sources.
  • Response Due: April 3, 2026, 2:00 PM EST.
  • Published: March 4, 2026.

Evaluation

Award will be made to the eligible, responsible quoter whose quote is technically acceptable and determined most advantageous to the Government, with price considered. Offerors must submit one unit price per CLIN; tiered pricing is not accepted. If an estimated price is submitted, a not-to-exceed price is also required.

Submission & Contact

Quotes must be emailed to the address provided in the solicitation. Late offers will not be considered. Primary Point of Contact: MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, 215-697-3765.

People

Points of Contact

MICHAEL.J.BROWN1069.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View
View
View
View

Versions

Version 12
Solicitation
Posted: Mar 4, 2026
View
Version 11
Pre-Solicitation
Posted: Mar 4, 2026
View
Version 10Viewing
Solicitation
Posted: Jan 15, 2026
Version 9
Pre-Solicitation
Posted: Jan 15, 2026
View
Version 8
Solicitation
Posted: Oct 30, 2025
View
Version 7
Solicitation
Posted: Oct 30, 2025
View
Version 6
Pre-Solicitation
Posted: Oct 30, 2025
View
Version 5
Solicitation
Posted: Jul 28, 2025
View
Version 4
Solicitation
Posted: Jun 20, 2025
View
Version 3
Pre-Solicitation
Posted: Jun 20, 2025
View
Version 2
Solicitation
Posted: May 7, 2025
View
Version 1
Pre-Solicitation
Posted: Apr 5, 2025
View