STEM,FLUID VALVE
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, is soliciting proposals for a Fluid Valve Stem (Product Service Code 4820). This is a Total Small Business Set-Aside opportunity for a critical shipboard system component. The resultant award will be a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Proposals are due by March 24, 2026.
Scope of Work
This solicitation is for a Stem for a 3-inch ball valve, which must conform to Newport News drawing 255587, item 7, with specific amplifications and modifications. The material is designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) due to its use in a crucial shipboard system where failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems/the ship itself.
Key Requirements
Contractors must possess an acceptable Quality Assurance Manual and maintain a quality system in accordance with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025. Extensive material traceability and certification are required, including quantitative chemical and mechanical analysis for parts like the "Stem" (Material: QQ-N-286, form 2, annealed and age hardened). Specific testing includes Annealing and Age Hardening, and Ultrasonic Inspection for QQ-N-286 material 4 inches or greater in diameter. Slow Strain Rate Tensile Tests for QQ-N-286 must be performed by one of several specified laboratories. The product must be Mercury Free.
Submission & Contract Details
The award will be issued bilaterally, requiring contractor acceptance. All DD form 1423 certification data (CDRLs) are due 20 days prior to material delivery. Certification data must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (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 before acceptance. Access to drawings, if included, must be requested on SAM.gov with a CAGE code. Packaging must comply with MIL-STD 2073.
Quality Assurance & Control
Government Quality Assurance (GQA) at the source is required, and the contractor's quality system and products are subject to evaluation and inspection. Suppliers of Level I/SUBSAFE material must submit their current documented quality system procedures to the PCO prior to award. The contractor must maintain total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) for Class I or II changes require specific approval processes.
Important Notes
The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for certain data submissions and inquiries. The solicitation includes definitions for Critical Safety Item (CSI), Objective Quality Evidence (OQE), and various types of waivers, deviations, and engineering changes. Recent updates include clarifications on testing, sampling standards, WAWF usage for waivers/deviations, and ECDS URL updates.