RETAINER,NUT AND BO
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 MECH has issued a Solicitation for RETAINER, NUT AND BO (Hardware). This is a Total Small Business Set-Aside opportunity. The required material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) due to its use in crucial shipboard systems, necessitating stringent quality control. Proposals are due February 20, 2026.
Scope of Work
This contract requires the supply of Stem Retaining Nuts for 2 1/2 inch Ball Valves in accordance with BUSHIPS Drawing 845-2180765, piece 4. The specified material is ASTM-B150, Alloy C63200, Temper TQ50. The critical nature of this material for shipboard systems means that incorrect or defective parts could lead to serious personnel injury, loss of life, or loss of vital shipboard systems.
Key requirements include:
- Material Certification: Quantitative chemical and mechanical analysis for the Stem Retaining Nut.
- Testing: Non-Destructive Tests for weld repair and production welds.
- Thread Inspection: Must comply with FED-STD-H28 series or commercial equivalent ASME B1 series.
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (amplified), with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4.
- Traceability: Maintained from the material to certification test reports, with unique traceability markings.
- Configuration Control: Procedures for Waivers/Deviations and Engineering Change Proposals (ECPs) are required.
- Welding/Brazing: Must adhere to specific Navy standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248).
- Mercury Free: Materials must not contain intentionally added mercury or mercury-containing compounds.
Contract Details
- Type: Solicitation (resultant award will be bilateral).
- Set-Aside: Total Small Business Set-Aside.
- Priority Rating: This is a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
- Quality Assurance: Government Quality Assurance at source is required. Only sources with an acceptable Quality Assurance Manual are eligible.
- Payment: Wide Area Workflow (WAWF) instructions are provided for Stand-Alone Receiving Report or Combo Receiving Report & Invoice.
- FOB: Destination.
- Warranty: One year from date of delivery for noncomplex supplies.
Submission & Deadlines
- Proposal Due: February 20, 2026, 8:30 PM UTC.
- Published: January 7, 2026.
- Certification Data (CDRLs): Must be submitted via WAWF to Portsmouth Naval Shipyard for review and acceptance prior to each shipment. No material is to be shipped before acceptance.
- Drawings: Access must be requested on SAM.gov, including your CAGE code.
Contact Information
For inquiries, contact KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or call 717-605-2430.