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 the supply of a Stem for a 1 1/2 inch hull and backup valve. This critical component is for a crucial shipboard system, designated as SPECIAL EMPHASIS material (Level I), requiring stringent quality control. This opportunity is a Total Small Business Set-Aside. Proposals are due August 12, 2026.
Scope of Work
The contractor will supply a stem for a 1 1/2 inch hull and backup valve, manufactured in accordance with NAVSEA drawing 803-5959302, Item 7, and using MIL-DTL-24252, Composition I, Condition CA-7 material. No weld repair is permitted on this material. The item is for a crucial shipboard system where failure could result in serious personnel injury, loss of life, or loss of vital shipboard systems.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Product/Service Code: 4820 (Valves, Nonpowered)
- Proposal Due: August 12, 2026, 8:30 PM EDT
- Published: January 28, 2026
- Delivery: Final material delivery is required on or before 365 days after the effective date of the resulting contract. Certification data CDRLs are due 20 days prior to scheduled delivery, with Portsmouth NSY review/acceptance within 6 working days.
Quality & Compliance
This is a "DO" rated order under the Defense Priorities and Allocations System (DPAS). The material is designated SPECIAL EMPHASIS (Level I), requiring a robust quality system in accordance with ISO-9001 (amplified herein) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025. Alternatively, MIL-I-45208 with MIL-STD-4 is acceptable. Key requirements include:
- Traceability: Maintained from material to certification test reports, with unique traceability markings on the material per MIL-STD-792.
- Certifications: Required for specific tests (e.g., Dye Penetrant Inspection per T9074-AS-GIB-010/271 and MIL-STD-2035). A Certificate of Compliance is mandatory for all SPECIAL EMPHASIS material.
- WAWF Submission: Certification data must be submitted via Wide Area Work Flow (WAWF) to "Ship to" N50286, "Inspect by" N39040, and "Accept by" N39040, with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. No material is to be shipped prior to WAWF acceptance.
- Government Quality Assurance: Government Source Inspection (GSI) will be performed at the source by a DCMA QAR.
- Mercury Free: All furnished hardware and supplies must be mercury-free.
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
Additional Notes
This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). Access to drawings, if included, must be requested on the SAM.gov individual solicitation page, followed by an email to the Primary POC.