OEM Crane Replacement Valves for T-AKE Vessel

SOL #: N0040626Q0181Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

San Diego, CA

NAICS

Industrial Valve Manufacturing (332911)

PSC

Valves, Nonpowered (4820)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 20, 2026, 6:00 PM

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 Fleet Logistics Center Puget Sound (FLCPS), is soliciting proposals for Original Equipment Manufacturer (OEM) Crane Valve of North America replacement valves for a T-AKE Class Vessel. This is a Total Small Business Set-Aside requirement. The government intends to award a firm-fixed-price purchase order. Proposals are due May 20, 2026.

Scope of Work

This requirement is for specific OEM Crane Valve of North America replacement valves, which are critical safety items for the vessel's Main Propulsion Diesel Engines. Key items include:

  • Butterfly Lug Valves (10 each)
  • Gear Operator 24" Valve (3 each)
  • 8" Series 225 Lug Butterfly Valve (2 each)
  • Butterfly Lug Valve (7 each)

All items require DoD unique identification or equivalent. Packaging and marking must comply with DODMANUAL 4140.01, MIL-STD-2073-1(series) or ASTM D3951(series), and ISPM Publication No. 15 for wood packaging. Markings must include the Vessel's Name/Hull Number (USNS WASHINGTON CHAMBERS (T-AKE 11)), Requisition Number (TBD), and Purchase/Delivery Order Number (TBD).

Contract & Timeline

  • Type: Solicitation (Firm Fixed Price Purchase Order)
  • Set-Aside: Total Small Business (NAICS Code: 332911, Size Standard: 750)
  • Delivery On Or Before: September 30, 2026
  • FOB Details: Contractor Destination
  • Offer Due Date: May 20, 2026, 11:00 AM (Local Time)
  • Questions Deadline: One day prior to the solicitation closing date
  • Anticipated Award Date: May 2026
  • Published: May 12, 2026

Evaluation

Quotes will be evaluated based on technical (including delivery date), price, and past performance, with no order of relative importance. The government reserves the right to make a single award for all items.

Additional Notes

Offerors must include an AUTHORIZED DISTRIBUTOR LETTER and documentation from the OEM establishing that the parts are genuine, including traceability to the manufacturer and warranties. All exceptions to the solicitation's terms, conditions, specifications, and/or SOW/PWS must be provided. Invoices are required via WAWF (DFARS 252.232-7006). Offerors must be registered in SAM.

People

Points of Contact

Ryan StorrustenPRIMARY
Joseph IbrahimSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: May 12, 2026