TAILPIECE,UNION
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 a Tailpiece, Union for a 3-inch Trunion Ball Valve. This is a Total Small Business Set-Aside opportunity. The material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured), requiring stringent control procedures. Proposals are due by February 23, 2026.
Scope of Work
This solicitation is for the manufacture and delivery of a tailpiece for a 3-inch Trunion Ball Valve, piece 7, in accordance with Naval Sea Systems Command Drawing 517-5486332, with specific modifications. The material required is ASTM-B369, UNS C96400, and must be mercury-free. The contract is a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: February 23, 2026, 8:30 PM EST
- Published: January 23, 2026
- Delivery: Final material delivery is required on or before 365 days after the contract effective date. Certification Data CDRLs are due 20 days prior to scheduled delivery.
Key Requirements
This opportunity involves extensive quality assurance and certification requirements. Contractors must maintain a quality system in accordance with ISO-9001, ISO-10012, ANSI-Z540.3, or ISO-17025, with calibration per MIL-I-45208. Required testing includes Non-Destructive Tests, Weldability Tests for ASTM-B369 material, and Hydrostatic Tests (1275 PSI for 5 minutes) for each tailpiece. Traceability and Certification are critical for all materials, requiring unique traceability numbers, heat-lot numbers, or heat-treat numbers, and comprehensive material certification test reports. Welding and brazing must adhere to specific Navy standards (e.g., S9074-AR-GIB-010A/278). Waivers, deviations, and Engineering Change Proposals (ECPs) have strict submission and approval processes.
Submission & Evaluation
Offers will be evaluated considering past performance in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 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.
Additional Notes
This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). The solicitation closing date was updated via an amendment. The DODAAC for Portsmouth NSY has changed from N00102 to N50286. Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Primary POC, Lydia M. Shaloka (LYDIA.M.SHALOKA.CIV@US.NAVY.MIL). The Electronic Contractor Data Submission (ECDS) system is available for certain data submissions and inquiries.