VALVE SEAWATER FD
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 MECH, is seeking proposals for a VALVE SEAWATER FD. This is a high priority procurement for the Level One program, involving material for a crucial shipboard system. The opportunity is a Solicitation for a 1 1/2 inch flanged seawater pressure reducing valve. Proposals are due by March 17, 2026.
Scope of Work
This procurement requires a 1 1/2 inch flanged seawater pressure reducing valve in accordance with Leslie Controls Inc. drawing 19692N and Certification Data (CD) Sheet 39097N, Class HWWLN-2XB. Key requirements include:
- Material Certification: Quantitative chemical and mechanical analysis for specific parts (e.g., Adjusting Screw, Bolt, Spring Case, Main Body) using materials like ASTM-A582, QQ-N-281, ASTM-B61, ASTM-B369.
- Testing: Non-Destructive Tests, Liquid Penetrant Inspection, Weldability Test, Hydrostatic Test, and Wedge Tensile Tests are mandatory.
- Manufacturing Standards: Strict adherence to specifications for O-ring grooves, thread inspection (FED-STD-H28 series), and internal threads (cutting only).
- Welding/Brazing: Must comply with S9074-AR-GIB-010A/278 and other specified documents, with personnel and procedures qualified prior to work.
- Component Identification: CID 887095332 must be added to applicable nameplates or identification plates.
- Mercury-Free: All materials must be mercury-free.
- Configuration Control: Contractors must maintain equipment baseline configuration and submit Waivers/Deviations and Engineering Change Proposals (ECPs) for approval.
Contract & Timeline
- Type: Solicitation (for a product procurement)
- Set-Aside: None specified.
- Response Due: March 17, 2026, at 8:30 PM ET.
- Published: March 12, 2026.
- Priority: Rated DO under the Defense Priorities and Allocation System.
- Delivery: Partial and early delivery is authorized and desired at no additional cost.
Quality Assurance & Traceability
Contractors must provide and maintain a quality system in accordance with ISO-9001 (or MIL-I-45208 as an alternate), with calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662).
- Government Quality Assurance (GQA): Performance of GQA at source by DCMA QAR is required.
- Traceability: Imperative for Level I/SUBSAFE systems, requiring unique traceability numbers, heat-lot numbers, or heat-treat numbers on materials, directly linking to chemical composition and mechanical properties certification data.
- Certification Data: Material certification test reports must be quantitative, accurate, and include electronic signatures. Submission of certification data to Portsmouth Naval Shipyard via WAWF is required prior to each shipment.
- Inspection: Comprehensive receiving and final inspections, including 100% inspection for traceability marking and certification data completeness.
Additional Notes
The ECDS (Electronic Contractor Data Submission) system is available for data submissions and inquiries. Key definitions for Critical Safety Item (CSI), Objective Quality Evidence (OQE), Waivers, Deviations, and ECPs are provided.