INDICATOR,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 (NAVSUP Weapon Systems Support Mech) is soliciting for INDICATOR,VALVE. This Solicitation has been amended to extend the closing date. The opportunity is a Total Small Business Set-Aside.
Scope of Work
This requirement is for the procurement of INDICATOR,VALVE. Key aspects include adherence to various contractual clauses such as Item Unique Identification and Valuation, Higher-Level Contract Quality Requirements (MIL-I-45208), Inspection of Supplies, and Transportation of Supplies by Sea.
Bidders must review the Individual Repair Part Ordering Data (IRPOD), which is mandatory and available at the BPMI site. Technical documents, including drawings, technical data, and military specifications, are accessible via the NAVSUP WSS e-commerce site (logistics.unnpp.gov/ecommerce), requiring pre-registration and a password. These documents are subject to NOFORN (Not Releasable to Foreign Nationals) restrictions.
The contract outlines an order of precedence for document conflict resolution, emphasizing amendments, schedule of supplies, terms and conditions, IRPOD, and referenced drawings/specifications. Compliance with specified document revisions is critical, and any deviations or waivers require prior approval from the Contracting Officer, with detailed justification. The contract also explicitly excludes mercury or mercury-containing compounds from hardware or supplies.
Quality assurance requirements are detailed in the IRPOD, mandating an acceptable inspection system and record keeping. Packaging requirements reference MIL-PRF-23199, MIL-DTL-24466 (green poly bags), and MIL-STD 2073, with specific clarifications regarding cleanliness controls.
Deliverables include Vendor Certified Reports of Test and Inspection (DI-QCIC-8872S) to be submitted at the End of Contract (EOC) and pre-manufacturing submittals (DI-QCIC-8871) due 45 days after contract award (DAC).
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Product/Service Code: 4810 (Valves, Powered)
- Response Due: February 13, 2026, 8:30 PM UTC
- Published: January 19, 2026, 9:31 AM UTC
- FOB: Destination
- Payment: Wide Area Workflow (WAWF)
- Pricing Validity: 60 days after closing date, unless otherwise specified.
- Cybersecurity: Notice of Cybersecurity Maturity Model Certification Level Requirements (NOV 2025) applies.
- Supply Chain Security: Federal Acquisition Supply Chain Security Act Orders-Prohibition (DEC 2023) applies.
- Priority Rating: National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008) applies.
Additional Notes
This amendment extends the closing date. All other terms and conditions remain unchanged. Bidders must specify pricing validity if other than 60 days. Contractual documents are considered issued upon deposit in mail, fax, or electronic methods. The government's acceptance of a proposal constitutes a bilateral agreement.