CAP,VALVE
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 MECH, is soliciting proposals for CAP,VALVE components, specifically a Bonnet for a 1-inch globe valve. This is for a crucial shipboard system, designated as SPECIAL EMPHASIS material (Level I), requiring stringent quality control. This opportunity is a Total Small Business Set-Aside. Proposals are due by February 18, 2026, at 4:30 PM Local Time.
Scope of Work
This solicitation is for the supply of a bonnet for a 1-inch globe valve, conforming to NAVSEA drawing 803-5959306 and ER5959306E3. The material must be ASTM-B348, grade 2 or ASTM-B381, grade F-2. Key requirements include:
- Testing & Certification: Ultrasonic Inspection (if forged) and Dye Penetrant Inspection for the bonnet, with specific performance and acceptance criteria (e.g., T9074-AS-GIB-010/271, MIL-STD-2035, SAE AMS-STD-2154).
- Manufacturing: Internal threads must be cut, not cold-formed, and inspected per FED-STD-H28 series. Welding/brazing must follow specific NAVSEA standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248).
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (amplified) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance at source is required.
- Traceability & Certification: Strict traceability is required for Level I/SUBSAFE materials, with detailed material certification reports (DI-MISC-81020) and Certificates of Compliance (DI-MISC-80678) for all items, including weld filler metals.
- Mercury Free: All materials must be mercury-free.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: February 18, 2026, 4:30 PM Local Time (extended via Amendment)
- Published: January 13, 2026
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers in accordance with FAR 13.106(a)(2).
Additional Notes
This requirement involves access to NOFORN and/or Naval Nuclear Propulsion Information. Offerors must download a security agreement form from SAM.gov and email the completed form to robert.h.langel.civ@us.navy.mil to obtain drawings. The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is used for certain data submissions, questions, and waiver requests. Certification data must be submitted to Portsmouth Naval Shipyard via WAWF prior to each shipment.