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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH is soliciting proposals for the manufacture of a TAILPIECE,UNION for a 10-inch Ball Valve. This is a Total Small Business Set-Aside opportunity. The material is designated as Special Emphasis (Level I) due to its critical use in shipboard systems, requiring stringent quality and traceability controls. Offerors must possess a CONFIDENTIAL U.S. Security Clearance or higher to access classified information related to RFQ N0010426QFC85. Proposals are due May 13, 2026.
Scope of Work
This requirement involves manufacturing a Tailpiece Assembly in accordance with Naval Ship Systems Command Drawing 803-4385051, part number 803-4385051-X-072, and all specified DRNs. Key requirements include:
- Material: ASTM-B369, alloy UNS C96400 for specific parts, with quantitative chemical and mechanical analysis.
- Testing & Certification: Extensive Non-Destructive Tests (Weld Repair/Production Weld), Weldability Test, Hydrostatic Test, Dye Penetrant Inspection, and Radiography.
- Quality Assurance: Compliance with ISO-9001, ISO-10012/ANSI-Z540.3/ISO-17025 calibration systems (MIL-I-45208/MIL-STD-45662 acceptable alternatives).
- Welding/Brazing: Procedures and personnel must be qualified and approved.
- Configuration Control: Strict adherence to configuration control, including procedures for waivers, deviations, and Engineering Change Proposals (ECPs).
- Traceability: Maintain full traceability for Level I/SUBSAFE materials from raw material to finished component, including detailed certification reports.
- Mercury-Free: All materials must be mercury-free.
Contract & Timeline
- Type: Solicitation (RFQ N0010426QFC85)
- Set-Aside: Total Small Business
- Response Due: May 13, 2026, 8:30 PM EDT
- Published: March 16, 2026, 8:59 AM EDT
- Delivery Schedule: Final material delivery within 365 days of contract effective date. Certification data required 20 days prior to scheduled delivery. Radiographic Shooting Sketches (RSS) due 45 days after contract award, Production Radiography 135 days after RSS approval.
- Priority Rating: DO rated order under the Defense Priorities and Allocations System (DPAS).
Security & Access
- Requires access to NOFORN and/or Naval Nuclear Propulsion Information.
- Offerors must have a valid U.S. Security Clearance of CONFIDENTIAL or higher.
- Drawings are classified at the CONFIDENTIAL level; a security agreement form must be downloaded from SAM.gov and emailed to the POC to obtain copies.
Submission Requirements
- Certification data and Radiographic Shooting Sketches must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (DODAAC N50286 for "Ship to", N39040 for "Inspect by" and "Accept by").
- No material is to be shipped prior to acceptance.
- The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for data submissions and waiver requests.