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 the procurement of a Bonnet for a 1-inch Globe Valve. This requirement is designated as SPECIAL EMPHASIS material for crucial shipboard systems, necessitating stringent quality and traceability controls. This opportunity is a Total Small Business Set-Aside. Proposals are due by April 1, 2026, at 4:30 PM Local Time.
Scope of Work
The requirement is for a Bonnet for a size 1 inch globe valve, to be manufactured in accordance with NAVSEA drawing 803-5959306, item 2, part number 803-5959306-T-2XX-02 and ER5959306E3, with specific amplifications. Material must be ASTM-B348, grade 2 or ASTM-B381, grade F-2. Key manufacturing processes include internal threads formed by cutting, and specific welding/brazing standards.
Key Requirements & Quality Assurance
This is a Level I/SUBSAFE requirement, demanding a robust quality system. Contractors must provide and maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012 or ANSI-Z540.3/ISO-17025. Quantitative chemical and mechanical analysis, ultrasonic inspection, and dye penetrant inspection are required for the Bonnet. A Certificate of Compliance for Special Emphasis Material and detailed material certification data (DI-MISC-81020) are mandatory. Traceability from material to certification test reports (OQE) must be maintained, with unique traceability markings on the material. Government Quality Assurance at source will be performed by DCMA QAR.
Contract & Timeline
- Contract Type: Solicitation (bilateral award expected)
- Set-Aside: Total Small Business
- Product Service Code: 4820 (Valves, Nonpowered)
- Proposal Due Date: April 1, 2026, 4:30 PM Local Time (extended by Amendment 2)
- Published Date: February 17, 2026
Submission & Evaluation
Offerors must submit certification data via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard for review and acceptance prior to each shipment. Past performance will be considered in the evaluation (IAW FAR 13.106(a)(2)). The contract will be DO certified under the Defense Priorities and Allocations System (DPAS). Waivers/deviations and certain data submissions are handled via the ECDS (Electronic Contractor Data Submission) system.
Important Notes
Access to drawings requires a request on SAM.gov and an email to the Point of Contact. This requirement involves access to NOFORN and/or Naval Nuclear Propulsion Information, necessitating a security agreement form. The requirement is pursuant to Emergency Acquisition Flexibilities (EAF).