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 Mechanicsburg is soliciting proposals for the refurbishment of Ball Valve Parts Kits for crucial shipboard systems. This is a Total Small Business Set-Aside opportunity. The material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured), requiring stringent quality control. Proposals are due November 30, 2026.
Scope of Work
This solicitation covers the inspection, evaluation, and full repair of ball valve parts, specifically Ball - Piece 54L1 (NAVSEA drawing 8617511) and Seats - Piece 22 (NAVSEA drawing 7285297), to "like new" or "A" condition. Key aspects include:
- Material Requirements: Balls require SAE-AMS-6931 or centrifugally cast 6AL-4V (ASTM-B367, Grade C-5). Seats require Delrin: Dupont AF DE588 (Teflon Filled Acetal) with specific properties.
- Refurbishment: Detailed procedures for inspection, identifying markings, re-useable/non-useable parts, and specific rework limitations for ball outside diameter and stem slot.
- Surface Finish: Specific grinding, honing, polishing, grit blasting, and final polishing steps for ball spherical surfaces.
- Welding/Brazing: Requirements for procedures, qualification data, and consumed weld metal certifications per S9074-AR-GIB-010A/278 and other standards.
- Cleaning: Specific cleaning procedures for plastic parts using non-ionic detergent.
Contract & Timeline
- Type: Solicitation (implied Firm Fixed Price for repair, as NTE/FFP pricing is requested)
- Set-Aside: Total Small Business
- Response Due: November 30, 2026, by 8:30 PM Z.
- Published: May 13, 2026.
- Delivery: Certification Data CDRLs 20 days prior to scheduled delivery; PNSY review 6 working days; Final material delivery 117 days after contract effective date.
- Rating: This is a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
- Flexibility: Utilizes Emergency Acquisition Flexibilities (EAF) and Commercial Asset Visibility (CAV).
Key Requirements & Submission
Offerors must submit Not To Exceed (NTE) pricing or Firm Fixed Price (FFP) for the repair, including teardown, evaluation, inspection, and full repair. An approximate cost of a new item and a Beyond Repair (BR)/Beyond Economic Repair (BER) price are also required. Shipping costs should not be included.
- Drawings: Access to drawings must be requested on SAM.gov and followed up with an email to the Primary POC.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (amplified herein) with ISO-10012 or ANSI-Z540.3 with ISO-17025. MIL-I-45208 with MIL-STD-45662 is an acceptable alternate.
- Traceability & Certification: Strict traceability and certification requirements for all materials, especially for Level I/SUBSAFE systems. Certification data must be submitted via WAWF to Portsmouth Naval Shipyard (N50286, N39040).
- Waivers/Deviations/ECPs: Specific procedures for requesting and approving waivers, deviations, and Engineering Change Proposals.
Quality Assurance
Government Quality Assurance (GQA) will be performed at the source, with DCMA QAR involvement. Contractors must provide documented quality system procedures (DI-QCIC-81110) and maintain records of inspections and tests. Subcontractor inspection requirements are also detailed.
Contact Information
For inquiries, contact Benjamin T. Spangler at benjamin.t.spangler.civ@us.navy.mil or 771-229-0573.