USNS WASHINGTON CHAMBERS FIRE MAIN VALVES
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 the Military Sealift Command (MSC) Headquarters Norfolk, is soliciting quotes for the procurement of fire main valves for the USNS Washington Chambers. This is a Combined Synopsis/Solicitation seeking a Firm Fixed-Price contract. The solicitation has been extended, and quotes are now due by March 19, 2026, at 10:00 EDT.
Scope of Work
The requirement is for three (3) butterfly wafer valves, part number 06JG57731X, and three (3) butterfly wafer valves, part number 16JG57731X. These valves are critical ship equipment. The contractor must comply with DFARS 252.211-7003, Item Identification and Valuation, by providing DoD unique identification.
Contract & Timeline
- Type: Firm Fixed-Price for both line items.
- Delivery: On or before April 1, 2026.
- Response Due: March 19, 2026, 10:00 EDT.
- Published: March 6, 2026.
- Place of Performance (Delivery): MILITARY SEALIFT COMMAND BATS, 9284 BALBOA AVENUE, SAN DIEGO CA 92123-5000.
- Inspection and Acceptance: MSC PROGRAM MANAGEMENT CENTRALIZED AND SUPT STAFF NORFOLK, 471 EAST C STREET, BLDG SP-64, NORFOLK, VA 23511-2419.
- FOB Details: Contractor Destination.
Eligibility & Set-Aside
- Set-Aside: Unrestricted.
- NAICS Code: 332911 (Industrial Valve Manufacturing).
- Size Standard: 150 employees.
- Product Service Code (PSC): 4810 (Valves, Powered).
Submission & Evaluation
- Submission: Quotes must be submitted via email to christina.a.guevara.civ@us.navy.mil and MSCPAC_BATS@us.navy.mil.
- Format: Quotes must be in Adobe or Microsoft Office format.
- Terms: Quotes must not contain vendor's standard commercial terms and conditions.
- Evaluation: Award will be based on the lowest priced technically acceptable (LPTA) quote. Technical evaluation requires quoted parts to meet solicitation requirements, including delivery dates and terms. Price evaluation will be for reasonableness.
Additional Context (Sole Source Justification)
A separate document, "SSJ WCH MOR FY26-027 26ROH WI 0528B Fire Main REDACTED.pdf," indicates a justification for other than full and open competition, citing proprietary rights to drawings owned by Crane Center Line and the critical nature of the equipment. This suggests a potential intent to sole-source to Crane Center Line for "Ships Fire Main Valves." Bidders who are not Crane Center Line or its authorized representatives should be aware of this context and may consider protesting the sole-source justification if they believe they can meet the requirements.