VALVE ASSEMBLY,MANI
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, has issued a Solicitation for the refurbishment of VALVE ASSEMBLY, MANI components. This requirement is for Special Emphasis Material (Level I) used in crucial shipboard systems, necessitating stringent quality control and traceability. The resultant award will be issued bilaterally. Proposals are due June 1, 2026.
Scope of Work
This opportunity involves the refurbishment of various valve assembly components, including the Manifold Assembly (S1E10203-06), Gage Connector, Pressure Bleed Block, Pressure Regulator, Loading Block, Inlet/Bypass Valves, Outlet Valve, and DP Indicator. Key requirements include:
- Refurbishment Process: Detailed inspection, recording identifying markings, and maintaining traceability throughout refurbishment. Replacement of non-useable or improperly marked parts with required certifications. Refurbishment must align with VACCO drawings (e.g., S1E10203) and Maintenance Standard 5510-081-223.
- Material Requirements: Quantitative chemical and mechanical analysis for specific parts and materials (e.g., SAE AMS-QQ-S-763, ASTM-A182, ASTM-A582, SAE AMS 5643). Mercury-free materials are mandatory.
- Testing & Inspection: Extensive testing certifications are required, including Visual Inspection, Non-Destructive Tests, Intergranular Corrosion Test, Liquid Penetrant Inspection, and Production Tests. Specific pressure and test time tolerances are defined. Wedge tensile tests are required for headed fasteners.
- Quality Assurance: Contractors must maintain a quality system in accordance with ISO-9001 (amplified herein) and ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-I-45208/MIL-STD-45662 as alternate). This includes documented procedures, Government Quality Assurance at source (DCMA QAR), and subcontractor inspection requirements.
- Traceability & Certification: Strict traceability (DI-MISC-81020) is required for Level I/SUBSAFE materials, from raw material to finished component, with unique traceability numbers. Material certifications must be positive, unqualified, and may include electronic signatures. A Certificate of Compliance (DI-MISC-80678) for Special Emphasis Material is mandatory.
- Manufacturing Processes: Welding and brazing must adhere to specific Navy standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248). Internal threads must be cut, not cold-formed, and inspected per FED-STD-H28 series.
- Marking: Component Identification Description (CID 887355432) is required. Fasteners must be marked per MIL-DTL-1222 and MIL-STD-792.
Contract & Timeline
- Type: Solicitation (expected Firm Fixed-Price, bilateral award).
- Set-Aside: None specified for the prime contract; however, a Small Business Subcontracting Plan (DOD Contracts) is required.
- Response Due: June 1, 2026, 8:30 PM EDT.
- Published: May 15, 2026.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a DO certified order under the Defense Priorities and Allocations System (DPAS). Access to drawings must be requested on SAM.gov. The ECDS (Electronic Contractor Data Submission) system (https://register.nslc.navy.mil/) is used for certain data submissions, questions, and waiver requests.