VALVE,FLOW CONTROL
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, is soliciting proposals for the repair, testing, inspection, overhaul, and upgrade of VALVE,FLOW CONTROL (NSN 4810 015308060, P/N 18-8200-2). This solicitation outlines detailed requirements for returning units to a Ready For Issue (RFI) condition. Proposals are due by February 13, 2026.
Scope of Work
This opportunity requires contractors to provide all necessary facilities, labor, materials, parts, and test/tooling equipment for the repair and upgrade of the specified flow control valves. Key aspects include:
- Repair and Overhaul: Disassembly, cleaning, inspection, repair/replacement of components, reassembly, and testing in accordance with approved manuals.
- Material Requirements: Prohibition of MIL-W-81381 wire (SAE-AS22759 series wire required instead). Compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced.
- Contractor Responsibility: The contractor is responsible for supplying all parts and materials unless specifically identified as Government Furnished Material (GFM). Cannibalization is generally not authorized without specific approval.
- Quality Assurance: Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Configuration Management: A configuration management plan is required in accordance with NAVSUP WSS clause NAVICPIA18.
- Special Conditions: Procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items are detailed.
- Place of Performance: The contractor must perform all repairs/upgrades at their facility, with Aerocontrolex Group Inc. (CAGE Code 98939) at 313 Gillette Street, Painesville, OH 44077-2918 identified as the source/division performing the work.
Contract & Timeline
- Type: Solicitation for repair services, with terms and conditions in accordance with BOA:N0038323GTE01.
- Product/Service Code: 4810 (Valves, Powered)
- Set-Aside: None specified.
- Response Due: February 13, 2026, 5:00 PM EST
- Published: January 15, 2026
- Agency: Department of the Navy, NAVSUP Weapon Systems Support
Additional Notes
Early and incremental deliveries are accepted. All contractual documents are considered issued upon deposit in mail, facsimile, or electronic commerce methods. The Government's acceptance of the contractor's proposal constitutes bilateral agreement.