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 Mechanicsburg, is soliciting proposals for a Stem Retainer for a size 12 Inch Hull and Backup Valve. This procurement is for the Level One Program and involves SPECIAL EMPHASIS material for crucial shipboard systems. This is a Total Small Business Set-Aside. Proposals are due by April 14, 2026.
Scope of Work
The requirement is for a Stem Retainer to be manufactured in accordance with Naval SeaSystems Command Drawing 845-7016077 Item 117, General Notes Drawing 803-5959311, and all provided Engineering Reports. The material specified is ASTM-B150, Temper TQ55 or TQ50, Alloy UNS C63200.
Key Requirements
- Quality Assurance: Strict adherence to ISO-9001 quality system, with calibration per ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance (GQA) at source is required.
- Testing & Certification: Non-Destructive Tests for weld repair/production welds are mandatory. Certifications are required for specific tests and material properties.
- Welding & Brazing: Procedures and qualification data must be submitted for review and approval prior to performing any welding or brazing, following standards like S9074-AR-GIB-010A/278.
- Traceability: Comprehensive material traceability from raw material to final component, including unique identification markings and detailed certification test reports (OQE). Re-certification is required if material properties are altered during processing.
- Configuration Control: Contractor must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes. Waivers/Deviations require Contracting Officer approval.
- Inspection: Contractor must maintain records of all inspections and tests. Final inspection includes material sampling per ANSI/ASQ-Z1.4 and 100% inspection of material verification, traceability, and NDT certifications.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Product Service Code: 5325 (Fastening Devices)
- Response Due: April 14, 2026, 8:30 PM EDT (extended by amendment)
- Published: March 5, 2026
- Award Type: Bilateral agreement, requiring contractor acceptance.
- 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.
Submission Details
Certification data must be submitted to Portsmouth Naval Shipyard for review and acceptance via WAWF (Wide Area Work Flow) prior to each shipment. WAWF details: "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.
Additional Notes
Past performance will be considered in the evaluation. This is a rated order certified for national defense use, requiring compliance with the Defense Priorities and Allocations System Regulation (15 CFR 700). Drawings, including NOFORN documents, are accessible via sam.gov.