PS-15M TEST BENCH KIT
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 DLA Maritime Norfolk – Contracting Division has issued a Combined Synopsis/Solicitation for a PS-15M Test Bench Kit. This opportunity is a Total Small Business Set-Aside and seeks qualified vendors to supply a custom turn-key valve testing system for installation at Naval Station Norfolk Bldg. W130, Portsmouth, VA. Award will be based on Lowest Price Technically Acceptable (LPTA). Responses are due by February 27, 2026, 12:00 AM EST.
Purpose & Scope
The requirement is for one (1) EFCO PS-15M-200 Test Bench Kit, designed for testing air/nitrogen and water valves with DN 1/2" -10" capacity. The system must feature upper clamping, a maximum 15 T hydraulic clamping force, and test pressures up to 5584 PSI for water and 2900 PSI for air (optional 4350 PSI). The scope includes the complete system, installation, and on-site training for Norfolk Naval Shipyard personnel. All items must be new.
Key Requirements
- System: EFCO PS-15M-200 Test Bench Kit, new and commercially available.
- Capabilities: Testing 1/2" to 10" valves (water/air/nitrogen), specific pressure ranges, API-598 compliant clamping with safety interlock.
- Components: Includes 2-Way water connection, NPT drain, HP-air hose, reference gauges, digital leak counter, automated documentation, and adapters.
- Documentation: Operating & Maintenance Manual, Electrical Manual, Mechanical Manual & Schematics (3 hard copies + 1 PDF).
- Warranty: 12 months against defects in material/parts/workmanship, with a 2-year parts warranty.
- Installation & Training: On-site at Naval Station Norfolk Bldg. W130. Contractor personnel must be US citizens and comply with NNSY entry and safety requirements.
Contract Details
- Type: Combined Synopsis/Solicitation (FAR Part 13, Simplified Acquisition Procedures)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing)
- PSC Code: 6695 (Combination And Miscellaneous Instruments)
- Delivery: 19 Weeks After Receipt of Order (ARO), FOB Destination.
- Payment: Via Wide Area Workflow (WAWF) – a WAWF account is mandatory for payment.
Evaluation & Submission
- Evaluation Method: Lowest Price Technically Acceptable (LPTA), assessing technical acceptability and price reasonableness.
- Technical Acceptability: Requires a detailed, unpriced capabilities statement including lead time, specifications for alternate materials (if applicable), complete supplies list, manufacturer name, and country of origin.
- Price Reasonableness: Requires a separate pricing breakdown. Vendors may be asked to provide supporting documentation (invoices, price lists, contract numbers).
- Quote Format: Microsoft Word, Excel, or Adobe PDF. Must include price(s), point of contact, business size, CAGE Code, and payment terms. Quotes must be valid for a minimum of 30 calendar days.
- Submission Deadline: February 27, 2026, 12:00 AM EST.
- Submission Email: ginger.beasley@dla.mil.
- Questions Deadline: February 24, 2026, 3:00 PM EST to ginger.beasley@dla.mil.
- Eligibility: Vendors must be registered in the System for Award Management (SAM) at http://sam.gov/.