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, through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for a STEM, FLUID VALVE for a crucial shipboard system. This is a Total Small Business Set-Aside for Special Emphasis Material (Level I, Scope of Certification, or Quality Assured), requiring stringent quality control and traceability. The resulting contract will be a "DO" rated order under the Defense Priorities and Allocations System (DPAS). Proposals are due by March 30, 2026.
Scope of Work
This opportunity requires the provision of a Stem for a 6-inch Hull and Backup Ball Valve, manufactured in accordance with Naval ShipSystems Command Drawing 845-4558766, item 23A. The material must be QQ-N-286, Alloy UNS N05500, Form 2, Cold Drawn, Annealed and Age Hardened. Welding is not permitted on QQ-N-286 material. The material is designated as critical, with potential for serious personnel injury or loss of life if incorrect or defective.
Key Requirements
- Material & Testing: Quantitative chemical and mechanical analysis is required for the Stem. Specific testing includes Annealing, Age Hardening, and Ultrasonic Inspection for QQ-N-286 material with a diameter of 4 inches or greater. Slow Strain Rate Tensile Tests for QQ-N-286 must be performed by one of several pre-approved laboratories.
- Quality Assurance: Contractors must provide and maintain a quality system in accordance with ISO-9001 (amplified herein) with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. Government Quality Assurance at source is required, and the contractor's quality system and products are subject to evaluation. Documented quality system procedures (CDRL DI-QCIC-81110) must be submitted prior to award.
- Traceability & Certification: Strict traceability is required for Level I/SUBSAFE systems, from material to certification test reports (CDRL DI-MISC-81020). Materials must have unique traceability numbers, permanently marked per MIL-STD-792. Re-identification and re-certification are necessary if material properties are altered. Electronic signatures on certification documents are acceptable under controlled conditions. A Certificate of Compliance (CDRL DI-MISC-80678) for Special Emphasis Material is mandatory.
- Configuration Control: Waivers and Deviations, regardless of classification (Critical, Major, Minor), require review and approval by the Contracting Officer. Engineering Change Proposals (ECPs) are required for Class I or II changes impacting the equipment.
- Subcontractor Management: The prime contractor must assess subcontractor capabilities, flow down quality requirements, and ensure traceability and quality control for all sub-tier suppliers. Government source inspection may occur at subcontractor facilities.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: March 30, 2026, 8:30 PM EST
- Published Date: March 2, 2026
- Rating: "DO" rated order under DPAS.
Submission & Evaluation
Certification data, including DD1423 Data Item A001 (Inspection and Test Plan) if not waived, must be submitted to Portsmouth Naval Shipyard (DODAAC N50286) via WAWF (Wide Area Work Flow) prior to each material shipment. Past performance will be considered in the evaluation of offers. Access to drawings requires a request on beta.SAM and an email to the Primary POC.
Contact Information
For inquiries, contact ALANA.M.BOYER2.CIV@US.NAVY.MIL.