VALVE ASSY FLOOD LE
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 Mechanicsburg, is soliciting proposals for a VALVE ASSY FLOOD LE (2 1/2-inch Ball Valve). This is a Total Small Business Set-Aside opportunity. The valve is designated as SPECIAL EMPHASIS material (Level I) for crucial shipboard systems, where failure could lead to catastrophic consequences. Offerors must possess a U.S. Security Clearance of CONFIDENTIAL or higher to access classified annexes and respond. Due to a delay in drawing availability, the solicitation period has been extended. Proposals are now due by February 19, 2026, 3:30 PM EST.
Scope of Work
This solicitation, issued under Emergency Acquisition Flexibilities, requires the provision of a complete 2 1/2-inch Ball Valve in accordance with Naval Sea Systems Command Drawing 7286740 Assembly A2 and associated Engineering Reports. The material is critical for shipboard systems, necessitating stringent control procedures to ensure correctness and prevent failure. The scope includes detailed material specifications, extensive testing, quality assurance, and comprehensive traceability requirements for all components.
Key Requirements
The valve components, including the Body, Tailpiece, Stem, Ball, and Seat, have specific material requirements (e.g., ASTM-B369, QQ-N-286, SAE-AMS-6931, MD71-GG Mearthane). Certifications are required for various tests such as annealing, ultrasonic inspection, weldability, pressure tests, and non-destructive tests. Radiography is mandatory for specific parts. Offerors must maintain a quality system compliant with ISO-9001 (amplified) and ISO-10012/ANSI-Z540.3/ISO-17025 for calibration, or MIL-I-45208 with MIL-STD-45662. Strict traceability and certification for Level I/SUBSAFE materials are enforced, requiring unique traceability numbers and detailed material certification reports. Welding and brazing procedures, if applicable, require prior review and approval, and specific thread inspection and lubricant requirements apply.
Contract Details
- Opportunity Type: Solicitation (RFQ N00104-26-Q-ZA13)
- Set-Aside: Total Small Business
- Contract Type: Resultant award will be issued bilaterally.
- Delivery: Desired and required time of delivery is 365 days for CLIN 0001AA.
- Payment: Wide Area Workflow (WAWF) payment instructions apply.
- Evaluation: Past performance will be considered in accordance with FAR 13.106(a)(2).
- National Defense: Any awarded contract will be DO certified under the Defense Priorities and Allocations System (DPAS).
Important Notes & Action Items
- Security Clearance: A U.S. Security Clearance of CONFIDENTIAL or higher is mandatory for all offerors to access classified annexes.
- Drawings: Access to drawings must be requested on SAM.gov, followed by an email to the Point of Contact (POC).
- Quality System: Suppliers of Level I/SUBSAFE material must submit a copy of their current documented quality system procedures to the PCO prior to award.
- Government Inspection: Government Quality Assurance will be performed at the source.
- Response Due: February 19, 2026, 3:30 PM EST.
- Contact: For inquiries, contact Robert H. Langel at robert.h.langel.civ@us.navy.mil or 717-605-3353.