NUT, STEM RETAINING
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 Mechanicsburg, is soliciting proposals for Nut, Stem Retaining for size 6 Inch Valves. This is a Total Small Business Set-Aside opportunity. The material is designated as SPECIAL EMPHASIS due to its critical role in shipboard systems, requiring stringent quality and traceability controls. Offers are due by May 8, 2026, at 4:30 PM local time.
Scope of Work
The requirement is for the manufacture and supply of "Nut, Stem Retaining" for 6-inch valves, conforming to Naval Ship Systems Command Drawing 845-4558769, Item 27A. The material specified is ASTM-B505, Alloy C90300, with weld repair explicitly prohibited. This component is critical for shipboard systems, where failure could lead to serious personnel injury, loss of life, or loss of vital shipboard assets.
Key Requirements
- Material & Testing: Requires quantitative chemical and mechanical analysis. Visual inspection is mandatory for all surfaces and threads of each nut, following T9074-AS-GIB-010/271 and S9074-AR-GIB-010/278. O-ring grooves and sealing surfaces must be inspected per the General Acceptance Criteria (CSD008). Thread inspection must adhere to FED-STD-H28 series, with System 21 as a minimum.
- Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (amplified), ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4. Government Quality Assurance (GQA) at the source is required, necessitating notification to DCMA.
- Traceability & Certification: Strict traceability is required for Level I/SUBSAFE systems, linking material to certification test reports via unique traceability numbers. Material markings must comply with MIL-STD-792. A Certificate of Compliance for Special Emphasis Material is mandatory, detailing contract, NSN, and confirming full compliance.
- Configuration Control: Contractors must maintain the total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) for Class I or II changes require Contracting Officer approval.
- Mercury-Free: All hardware and supplies must be free of mercury and mercury-containing compounds.
- Packaging: Packaging must be in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: May 8, 2026, 4:30 PM local time (extended by Amendment)
- Published: April 16, 2026
- Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2).
Submission & Contact
Certification data must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF) prior to each shipment, using specific "Ship to," "Inspect by," and "Accept by" codes (N50286, N39040, N39040 respectively) and emailing PORT_PTNH_WAWF_Notification@navy.mil. No material is to be shipped without acceptance. Access to drawings requires a request on SAM.gov, followed by an email to the Point of Contact. Primary Contact: Zachary R. Morrill (zachary.r.morrill.civ@us.navy.mil, 717-605-1552).