RESTRICTOR UNIT,FLU

SOL #: N0010425QFF58Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

Hose, Pipe, Tube, Lubrication, And Railing Fittings (4730)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Submission Deadline
Apr 1, 2026, 8:30 PM

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 a 1/2 inch IPS, 1500 PSI Restrictor Unit. This is an amendment to extend the solicitation closing date. The required material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured) due to its critical use in shipboard systems, demanding stringent quality and traceability controls. This opportunity is a Total Small Business Set-Aside.

Scope of Work

The contract requires the provision of a 1/2 inch IPS, 1500 PSI Restrictor Unit in accordance with MS18301, MS18301-01, and MS18301-07, with specific amplifications. Key components, such as the Orifice Plate (ASTM-A240 Type 304), require quantitative chemical and mechanical analysis and specific testing certifications (e.g., Intergranular Corrosion Testing per ASTM-A262, Non-Destructive Tests for welds). Welding and brazing processes must adhere to specified military standards, with procedures and qualification data requiring prior Government approval.

Key Requirements

Contractors must maintain a Quality System compliant with ISO-9001 (or MIL-I-45208) and calibration systems per ISO-10012/ANSI-Z540.3 (or MIL-STD-45662). Extensive traceability and certification requirements are mandated for Level I/SUBSAFE materials, including unique traceability numbers, material marking, and detailed certification reports. Electronic signatures are acceptable for Level I certification documents under specific controls. The contract also includes requirements for configuration control, waiver/deviation processes, Engineering Change Proposals (ECPs), and mercury-free materials. Government Quality Assurance (DCMA QAR) will perform source inspections.

Contract & Timeline

  • Opportunity Type: Solicitation (Amendment)
  • Set-Aside: Total Small Business
  • Response Due: April 1, 2026, at 8:30 PM EDT
  • Published: March 18, 2026
  • Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and utilizes Emergency Acquisition Flexibilities (EAF).
  • Delivery: Final material delivery is required on or before 365 days after the effective contract date. Certification data CDRLs are due 20 days prior to scheduled delivery.

Submission & Contact

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. For inquiries, contact Lydia M. Shaloka at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL or 215-697-4717.

People

Points of Contact

LYDIA.M.SHALOKA.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 1Viewing
Solicitation
Posted: Mar 18, 2026
RESTRICTOR UNIT,FLU | GovScope