PARTS KIT, BALL VAL
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 seeking proposals for the refurbishment and repair of Ball Valve Parts Kits. This opportunity is designated as a Total Small Business Set-Aside. The material involved is classified as SPECIAL EMPHASIS material (Level I) due to its critical use in shipboard systems. Proposals are due by April 2, 2026.
Scope of Work
This solicitation covers the inspection, refurbishment, and repair of ball valve components, including Ball Item 2, Seat Item 114, and Seat Item 115, to "like new" or "A" condition. Key tasks include:
- Inspection and Refurbishment: Cleaning, determining refurbishment feasibility, recording identifying markings, and maintaining traceability.
- Material Requirements: Specific materials for the Ball (Centrifugally cast 6AL-4V or ASTM-B381 Grade F-5 with modified properties) and Seats (MC903 cast nylon per Electric Boat Division Specification 2000).
- Manufacturing Details: Specific dimensions for seats, rework limitations for ball outside diameter, and requirements for Teflon coating.
- Quality Control: Adherence to FED-STD-H28 series for thread inspection, cutting for internal threads, and specific welding/brazing standards.
- Configuration Control: Procedures for waivers, deviations, and Engineering Change Proposals (ECPs).
Contract & Timeline
- Type: Solicitation (for refurbishment/repair services)
- Set-Aside: Total Small Business
- Proposal Due: April 2, 2026, at 20:30:00Z
- Published: March 4, 2026
- Delivery Schedule: Certification Data CDRLs 20 days prior to delivery; PNSY review 6 working days; Final material delivery 274 days after contract effective date.
Key Requirements
- Quality System: Must comply with ISO-9001 (amplified/modified) with ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-45662.
- Traceability & Certification: Strict traceability from material to test reports is required for Level I/SUBSAFE systems, including unique markings and comprehensive material certifications. Re-certification is needed if material properties are altered.
- Inspection: Contractor inspection records, provision of gages, and availability of documents for Government review. Government Quality Assurance at source (DCMA) is required.
- Pricing: Offerors must submit Not To Exceed (NTE) or Firm Fixed Price (FFP) for repair, including teardown, evaluation, and inspection. A Beyond Repair (BR)/Beyond Economic Repair (BER) price and approximate new item cost are also required. Shipping costs should NOT be included.
- WAWF: Certification data must be submitted via Wide Area Work Flow (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 shipment prior to acceptance.
Evaluation Factors
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers.
Additional Notes
This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and utilizes Emergency Acquisition Flexibilities (EAF) and Commercial Asset Visibility (CAV). Access to drawings requires a request on SAM.gov and an email to the Primary POC.