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, NAVSUP Weapon Systems Support Mech, is soliciting proposals for a Parts Kit for a 2 1/2 inch Ball Valve. This is a Total Small Business Set-Aside opportunity, issued under emergency acquisition flexibilities, requiring specialized materials and stringent quality controls for a crucial shipboard system. The resultant award will be a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Proposals are due by May 4, 2026.
Scope of Work
This solicitation is for a parts kit for a 2 1/2 inch Ball Valve, specifically requiring one Ball (Piece 6) and two mating Seats (Piece 5) in accordance with NAVSEA drawings 7108792 and 7284884. The material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) 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.
Key Requirements
- Materials: Ball (QQ-N-286), Seats (Torlon 4503, 4203, or 4203L per Electric Boat Specification 4147). No weld repair is allowed on QQ-N-286 material.
- Quality Assurance: Contractors must provide and maintain a quality system in accordance with ISO 9001, with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (MIL-I-45208 with MIL-STD-45662 is an acceptable alternate). Government Quality Assurance at source is required.
- Testing & Certification: Quantitative chemical and mechanical analysis, ultrasonic inspection, and specific Slow Strain Rate Tensile Tests (performed by approved laboratories) are required. Certifications (CDRL DI-MISC-80678, DI-MISC-81020) must be positive, unqualified, and traceable.
- Traceability: Strict material traceability is required from raw material to finished component, including unique traceability numbers and permanent marking (MIL-STD-792).
- Mercury Free: Materials must not contain mercury.
- Configuration Control: Contractor must maintain total equipment baseline configuration and submit Waivers/Deviations and Engineering Change Proposals (ECPs) for approval.
Contract & Timeline
- Type: Solicitation (resultant award will be bilateral)
- Set-Aside: Total Small Business
- Response Due: May 4, 2026, 8:30 PM EDT
- Published: March 18, 2026
Submission Instructions
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 is to be shipped prior to acceptance. Access to drawings must be requested on the SAM.gov solicitation page with a CAGE code.
Contact Information
For inquiries, contact KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or call 717-605-2430.