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 the repair and refurbishment of Ball Valve Parts Kits. This opportunity is designated as a Total Small Business Set-Aside and involves critical "SPECIAL EMPHASIS" material for shipboard systems. Proposals are due November 30, 2026.
Scope of Work
This solicitation requires the teardown, evaluation, inspection, and full repair of Ball Valve Parts Kits to "like new" or "A" condition. Key components include the ball (item 11), inboard seal (item 12), and outboard seal (item 13). The work involves:
- Detailed inspection and refurbishment according to drawing 4457329.
- Material certification for specific parts (e.g., SAE-AMS-6931 or ASTM-B367 for balls, MD71-GG Mearthane for seals).
- Application of Dupont Teflon Coating per drawing 4384678.
- Adherence to strict quality assurance, traceability, and certification requirements for Level I/SUBSAFE material.
- Providing both Not To Exceed (NTE) or Firm Fixed Price (FFP) for repair, and a Beyond Repair (BR)/Beyond Economic Repair (BER) price.
Contract & Timeline
- Type: Solicitation (likely Firm Fixed Price for repair)
- Set-Aside: Total Small Business Set-Aside
- Response Due: November 30, 2026, 8:30 PM UTC
- Published: May 12, 2026
- Delivery: Certification Data CDRLs 20 days prior to delivery; Final material delivery 365 days after contract effective date.
- Rating: "DO" rated order under the Defense Priorities and Allocations System (DPAS).
- Flexibility: Issued pursuant to Emergency Acquisition Flexibilities (EAF).
Evaluation
Past performance will be considered in the evaluation of offers. Proposals should include NTE or FFP pricing for repair and a BR/BER price.
Key Requirements & Notes
- 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.
- Government Quality Assurance: Government Source Inspection (GSI) will be performed at the source by DCMA QAR.
- Traceability & Certifications: Mandatory for all Level I/SUBSAFE material, including detailed marking, material handling, and inspection procedures.
- WAWF: Certification data and payment instructions require submission via Wide Area Work Flow (WAWF) to specific DODAACs (Ship to N50286, Inspect by N39040, Accept by N39040).
- Shipping: Government-implemented shipping system (ATAC) will handle material delivery; do not include shipping costs.
- Drawings: Access requires request on SAM.gov and email to the Primary POC.
- Contact: LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.