PARTS KIT,BALL VALV
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 refurbishment and repair of Ball Valve Parts Kits for crucial shipboard systems. This opportunity is designated as a Total Small Business Set-Aside. The material involved is classified as "SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured)", requiring stringent control procedures. Proposals are due by September 8, 2026.
Scope of Work
This contract requires the refurbishment of Ball Valve Parts Kits, including:
- Inspection: Cleaning and determining refurbishment feasibility, recording identifying markings, and maintaining traceability.
- Part Replacement: Replacing non-useable or improperly marked parts with required certifications.
- Refurbishment: Bringing items into compliance with Naval Sea Systems Command drawing 803-4384539, specifically for Ball (piece 302) and Seats (piece 114).
- Material Specifications: Adherence to specific material requirements for the Ball (SAE-AMS-6931 or ASTM-B367, Grade C-5) and Seats (MC903 or equal with defined properties).
- Coating: Alumina-Titania/PTFE coating for the Ball per A & A Company Specification Navy016 Rev L.
- Quality Assurance: Extensive requirements for testing certification (Non-Destructive Tests for welds), visual inspection, configuration control, waivers/deviations, Engineering Change Proposals (ECPs), and mercury-free materials.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012/ANSI-Z540.3/ISO-17025 (or MIL-STD-45662).
- Traceability: Strict material traceability and certification requirements (DI-MISC-81020, DI-MISC-80678) are mandated, including specific marking per MIL-STD-792.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Proposal Due: September 8, 2026, 8:30 PM EDT
- Published: February 18, 2026
- Delivery: Final material delivery is required 215 days after the contract's effective date, with certification data due 20 days prior.
Pricing & Submission
Offerors must submit NOT TO EXCEED (NTE) pricing or FIRM FIXED PRICE (FFP), including a Beyond Repair (BR)/Beyond Economic Repair (BER) price. Shipping costs should not be included. Certification data must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF) using specific DODAACs (Ship to N50286, Inspect by N39040, Accept by N39040) and email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL.
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF) and is a Level 1 Repair.
Additional Notes
Access to drawings requires a request on the SAM.gov solicitation page, followed by an email to the Primary POC. The Portsmouth NSY's DODAAC has changed to N50286. Government Quality Assurance at source (DCMA) is required.