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, through NAVSUP Weapon Systems Support Mech, is soliciting proposals for the procurement of a Retainer, Nut and Bolt for a 2 1/2 inch Ball Valve. This is a Total Small Business Set-Aside opportunity. The resultant award will be a bilaterally issued contract, requiring contractor acceptance, and will be a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Proposals are due by February 20, 2026.
Scope of Work
This solicitation is for a Stem Retaining Nut for a 2 1/2 inch Ball Valve, designated as SPECIAL EMPHASIS material (Level I) for crucial shipboard systems. The material must conform to BUSHIPS Drawing 845-2180765, piece 4, and be made of ASTM-B150, Alloy C63200, Temper TQ50. Key requirements include:
- Quantitative chemical and mechanical analysis for certified parts.
- Non-Destructive Tests for weld repair and production welds.
- Thread inspection per FED-STD-H28 series (or ASME B1 equivalent).
- O-ring groove and sealing surface inspection using General Acceptance Criteria (GAC) standard CSD008.
- Welding/Brazing in accordance with S9074-AR-GIB-010A/278 or 0900-LP-001-7000.
- Certificate of Compliance for all furnished items, including traceability to individual items.
- Configuration Control and submission of Waivers/Deviations and Engineering Change Proposals (ECPs) for Class I or II changes.
- Mercury-free materials.
Quality Assurance & Certifications
Contractors must provide and maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. Only sources with an acceptable Quality Assurance Manual are eligible. Government Quality Assurance at source is required, and contractors must notify their assigned Government representative or DCMA office upon order receipt. Extensive traceability and certification requirements are detailed for all Level I/SUBSAFE materials, including chemical and mechanical analysis, material marking, and material handling procedures. All certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Wide Area Work Flow) prior to shipment.
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business
- Product Service Code: 5340 (Hardware)
- Published Date: February 17, 2026
- Response Due: February 20, 2026, 21:30 UTC
Additional Notes
Access to drawings must be requested via SAM.gov, including the contractor's CAGE code. The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for certain data submissions and waiver requests. Contact KATHRYN.E.SHUTT.CIV@US.NAVY.MIL for inquiries.