RETAINER, STEM
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, specifically NAVSUP Weapon Systems Support Mech, is soliciting proposals for a Stem Retainer for a crucial shipboard system. This procurement is designated as Special Emphasis Material (Level I), requiring stringent quality and traceability controls. This is a Total Small Business Set-Aside. Proposals are due by March 9, 2026.
Scope of Work
The requirement is for a Stem Retainer for a size 12 Inch Hull and Backup Valve, manufactured in accordance with Naval SeaSystems Command Drawing 845-7016077 Item 117, Drawing 803-5959311, and all provided Engineering Reports. Key aspects include:
- Use of specific materials: ASTM-B150, Temper TQ55, Alloy UNS C63200 or ASTM-B150, Temper TQ50, Alloy UNS C63200.
- Non-Destructive Testing for weld repair and production welds.
- Strict thread inspection requirements per FED-STD-H28 series or ASME B1 series.
- Welding and brazing procedures must be qualified and approved.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Product Service Code: 5325 (Fastening Devices)
- Proposal Due: March 9, 2026, 8:30 PM UTC
- Published: January 23, 2026, 9:40 AM UTC
- Delivery: Certification data 20 days prior to delivery, PNSY review 18 working days, Final material delivery 350 days. Partial and early delivery is authorized and desired.
Key Requirements
This is a Level I Program procurement, meaning the material is for a crucial shipboard system where failure could result in serious injury, loss of life, or loss of the ship. Therefore, Special Emphasis Material controls are invoked.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance at source is required.
- Traceability & Certification: Imperative for Level I/SUBSAFE systems. Material must have unique traceability markings linked to chemical and mechanical analysis reports. Re-certification is required if material properties are altered. Electronic signatures are acceptable under controlled conditions.
- Configuration Control: Strict procedures for waivers, deviations, and Engineering Change Proposals (ECPs) are outlined, requiring PCO review and approval.
- Mercury Free: Materials must not contain intentionally added mercury.
Submission & Evaluation
- Past Performance: NAVSUP WSS will consider past performance in the evaluation of offers.
- Award: Will be issued bilaterally, requiring contractor's written acceptance.
- Certification Data Submission: Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Wide Area Work Flow) prior to each shipment. Specific WAWF codes and email notification are provided. No material is to be shipped prior to acceptance.
- Drawings: Accessible via sam.gov. BIDSET contains NOFORN drawings and documents.
Additional Notes
This is a rated order certified for national defense use under the Defense Priorities and Allocations System Regulation (15 CFR 700). The ECDS system (https://register.nslc.navy.mil/) is available for certain data submissions and inquiries.