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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Stem for a 4-inch combination hull and backup ball valve. This is a Solicitation under a Total Small Business Set-Aside. The material is designated as SPECIAL EMPHASIS (Level I) due to its critical use in shipboard systems, where failure could lead to serious injury, loss of life, or loss of vital shipboard assets. Proposals are due by March 24, 2026.
Scope of Work
This opportunity requires the provision of a stem for a 4-inch combination hull and backup ball valve, manufactured in accordance with NAVSEA drawing 801-6404584, find number 6. The material must be QQ-N-286, Form 2, Annealed and Age Hardened, with welding explicitly prohibited on this material.
Key Requirements
- Quality System: Offerors must maintain a quality system compliant with ISO-9001 (as amplified herein), with calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208 with MIL-STD-4. The quality system is subject to Government evaluation.
- Certifications & Testing: Quantitative chemical and mechanical analysis is required for the stem. Certifications are needed for annealing, age hardening, and ultrasonic inspection on starting material (QQ-N-286 with diameter >= 4 inches). Slow Strain Rate Tensile Tests for QQ-N-286 must be performed by one of the specified approved laboratories.
- Traceability: Strict traceability is required for Level I/SUBSAFE systems, linking material to certification test reports via unique traceability numbers. Markings must adhere to MIL-STD-792.
- Mercury Free: All furnished hardware and supplies must be free of mercury and mercury-containing compounds.
- Waivers/Deviations/ECPs: Detailed procedures for submitting and obtaining approval for waivers, deviations, and Engineering Change Proposals (ECPs) are outlined.
- Government Source Inspection (GSI): Government Quality Assurance will be performed at the source.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Product Service Code: 4820 (Valves, Nonpowered)
- Response Due: March 24, 2026, 8:30 PM UTC
- Published: February 25, 2026
- Delivery: Final material delivery is required within 365 days after the effective contract date. Certification Data CDRLs are due 20 days prior to scheduled delivery, with Portsmouth Naval Shipyard review taking 30 working days.
- Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. Only sources with an acceptable Quality Control Manual are eligible for award. This will be a DX rated order under DPAS.
Submission & Contact
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 prior to acceptance. Access to drawings must be requested on SAM.gov, followed by an email to the Primary POC. Primary Contact: JORDAN.D.NEELY2.CIV@US.NAVY.MIL, Phone: 7176058197.