VALVE ASSEMBLY
SOL #: N0010426QQA26Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Louisville, KY
NAICS
Other Metal Valve and Pipe Fitting Manufacturing (332919)
PSC
Valves, Nonpowered (4820)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Nov 7, 2025
2
Last Updated
Apr 15, 2026
3
Submission Deadline
Apr 24, 2026, 9:00 PM
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 (WSS) Mech, is soliciting proposals for the manufacture and supply of a VALVE ASSEMBLY (Product Service Code 4820, Valves, Nonpowered). This is a Solicitation for a buy, with the resultant award being issued bilaterally. Accelerated delivery is encouraged. The response deadline has been extended to April 24, 2026, at 4:30 PM local time.
Scope of Work
This contract requires the manufacture of a VALVE ASSEMBLY, adhering to specified quality requirements. Key requirements include:
- Cage Code/Reference Number Items: The VALVE ASSEMBLY must conform to the design represented by Cage Code 53711, reference number 6769057.
- Marking: Items must be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Strict procedures for changes in design, material, servicing, or part number, requiring prior approval from the NAVICP-MECH Contracting Officer, except for Code 1 changes (part number change only, identical parts).
- Quality Assurance: The contractor is responsible for all inspection requirements and compliance, maintaining records for 365 days post-delivery.
- Packaging: Preservation, packaging, packing, and marking must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (anticipated Firm Fixed-Price, bilateral award)
- Response Due: April 24, 2026, 4:30 PM local time (extended by Amendment 0003).
- Published: April 15, 2026 (latest amendment).
- Place of Performance: Louisville, KY, United States.
- Set-Aside: No specific set-aside designated; however, a Small Business Subcontracting Plan (Test Program) (DEV 2026-00037)(FEB 2026) is incorporated (per Amendment 0004).
Key Instructions & Requirements
- Pricing: All pricing is firm. Offerors must provide Unit Price, Total Price, Procurement Turnaround Time (PTAT), Awardee CAGE, and Inspection & Acceptance CAGE. Accelerated delivery is encouraged.
- Traceability/Distributor Authorization: If not the manufacturer, offerors must provide a letter/official email from the OEM confirming authorized distributor status. Only authorized distributors will be considered for award.
- Historical Pricing: If the item has not been previously purchased by NAVSUP WSS or prices have increased, provide the NSN of a similar/previous item or justification for pricing.
- Inspection: Government source inspection is required.
- Document Acquisition: Applicable documents (e.g., MIL-STD-130, MIL-STD 2073) must be obtained by the contractor from sources like DODSSP (http://www.dsp.dla.mil/ or http://quicksearch.dla.mil/).
Amendments
- Amendment 0004 (April 15, 2026): Removed FAR 52.215-1, WSSTERMMZ04, WSSTERMLZ10, 52.219-9, 252.219-7996, and 52.219-16. Incorporated clause 252.219-7997, "SMALL BUSINESS SUBCONTRACTING PLAN (TEST PROGRAM) (DEV 2026-00037)(FEB 2026)".
- Amendment 0003 (April 14, 2026): Extended the deadline for receipt of offers to April 24, 2026, at 4:30 PM local time.
People
Points of Contact
GENEVIEVE.E.MILLER2.CIV@US.NAVY.MILPRIMARY