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, NAVSUP Weapon Systems Support (WSS) Mechanicsburg, is soliciting proposals for a Stem Retainer for a 12-inch Hull and Backup Valve. This is a Total Small Business Set-Aside procurement for Level One Program material, designated as "SPECIAL EMPHASIS" due to its critical shipboard system application. Proposals are due by March 9, 2026.
Scope of Work
This opportunity requires the provision of a Stem Retainer, a critical component for a 12-inch Hull and Backup Valve. The material must conform to Naval SeaSystems Command Drawing 845-7016077 Item 117, General Notes Drawing 803-5959311, and specified Engineering Reports. The required material is ASTM-B150, Temper TQ55, Alloy UNS C63200 or ASTM-B150, Temper TQ50, Alloy UNS C63200.
Key Requirements & Quality Assurance
This is a highly regulated procurement for Level I/SPECIAL EMPHASIS material, demanding stringent quality controls. Key requirements include:
- Certifications: Quantitative chemical and mechanical analysis, Non-Destructive Tests for weld repair/production welds, and a comprehensive Certificate of Compliance.
- Traceability: Maintained from material to certification test reports (Objective Quality Evidence - OQE) using unique traceability numbers. All traceability markings must be permanently applied per MIL-STD-792.
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025.
- Welding/Brazing: Procedures and qualification data must be submitted for review and approval prior to performing any welding or brazing.
- Inspection: Government Quality Assurance at source is required, necessitating notification to DCMA. Final inspection includes material sampling and 100% inspection of material verification, traceability, and NDT certifications.
- Configuration Control: Strict adherence to configuration control, with Waivers/Deviations and Engineering Change Proposals (ECPs) requiring PCO approval.
- Mercury Free: All materials must be free of mercury and mercury-containing compounds.
Contract & Timeline
- Type: Solicitation (Rated Order for national defense use)
- Set-Aside: Total Small Business
- Response Due: March 9, 2026, 8:30 PM EST
- Published: March 4, 2026
- Delivery: Certification data CDRLS 20 days prior to delivery; Final material delivery 350 days. Partial and early delivery is authorized and desired.
Evaluation & Submission
NAVSUP WSS will consider past performance in the evaluation of offers (Clause 252.204-7024). All contractual documents will be issued bilaterally, requiring contractor acceptance. Certification data must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF), with specific "Ship to," "Inspect by," and "Accept by" codes (N50286, N39040, N39040 respectively) and email notification to PORT_PTNH_WAWF_Notification@navy.mil. No material is to be shipped prior to acceptance.
Important Notes
Drawings for this procurement can be accessed via SAM.gov. The BIDSET contains NOFORN (Not Releasable To Foreign Nationals) drawings and documents.