NUT,STEM RET
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 Mechanicsburg, is soliciting proposals for the manufacture and supply of a Retaining Nut for a 1.5-inch Ball Valve. This item is designated as SPECIAL EMPHASIS material (Level I) due to its critical use in shipboard systems, where failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems. This opportunity is a Total Small Business Set-Aside, and proposals are due by March 31, 2026.
Scope of Work
The contractor will be responsible for producing the retaining nut in accordance with Electric Boat drawing 2641-807-01, item 29A, with specific amplifications and modifications. The required material is ASTM-B505, Alloy C90300, and welding is explicitly not permitted on this material. The scope includes rigorous testing, certification, and traceability requirements, with a focus on quantitative chemical and mechanical analysis. All items must be mercury-free.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: March 31, 2026, 8:30 PM UTC
- Published: March 5, 2026
- Delivery: Final material delivery is required on or before 365 days after the contract's effective date. Certification data (CDRLs) must be submitted 20 days prior to scheduled delivery.
- DPAS Rating: This is a "DO" rated order, certified for national defense use under the Defense Priorities and Allocations System (DPAS).
- Flexibility: Issued pursuant to Emergency Acquisition Flexibilities (EAF).
Quality Assurance & Submission
Offerors must maintain a quality system in accordance with ISO-9001 (amplified/modified) with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4. Government Quality Assurance (GQA) will be performed at the source, and contractors must notify the DCMA QAR upon contract award. Extensive traceability and certification data are required, including DI-MISC-81020, DI-MISC-80678, and DI-QCIC-81110. Certification data must be submitted via Wide Area Workflow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040), with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. No material is to be shipped prior to acceptance.
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Additional Notes
Access to drawings must be requested on the individual solicitation page on SAM.gov, followed by an email to the Primary POC. The Portsmouth Naval Shipyard's DODAAC has changed to N50286.