VALVE,GLOBE
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 MECH is soliciting proposals for the manufacture of VALVE,GLOBE components. This opportunity is designated as a Total Small Business Set-Aside. The requirement involves producing 1/2 Inch IPS, Seawater Service, Socket weld End Connections, Globe Valves for crucial shipboard systems, designated as Special Emphasis Material. Proposals are due by 4:30 PM local time on May 7, 2026.
Scope of Work
The contractor will manufacture 1/2 Inch IPS, Seawater Service, Socket weld End Connections, Globe Valves according to NAVSEA Drawing 803-5959306 assembly 803-5959306-T-111 and associated Engineering Reports. This includes specific material requirements for parts like the Bonnet (ASTM-B381), Union-Bonnet Ring (ASTM-B150), Stem (SAE AMS 4931, with NSN 1H9510-01-495-9543X2 supplied by the Navy), and Body (ASTM-B564). The material is classified as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured).
Contract & Timeline
- Type: Solicitation (bilateral award expected)
- Set-Aside: Total Small Business
- Product Service Code: 4820 (Valves, Nonpowered)
- Response Due: May 7, 2026, 4:30 PM local time (extended by Amendment 7)
- Published: April 28, 2026 (latest amendment date)
Key Requirements
- Security Clearance: Offerors must possess a CONFIDENTIAL or higher U.S. Security Clearance to access classified annexes and drawings (RFQ N00104-26-Q-ZA06).
- NOFORN Access: Requires access to NOFORN and/or Naval Nuclear Propulsion Information. A security agreement form must be downloaded from SAM.gov and emailed to the POC for drawing access.
- First Article Testing (FAT): Required per FAR 52.209-3, including contractor testing on one unit and forging sketches/FAT for specific components (body, bonnet).
- Quality Assurance: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance at source is required.
- Traceability & Certification: Strict traceability and certification requirements for Level I/SUBSAFE materials, including quantitative chemical and mechanical analysis.
- Past Performance: NAVSUP WSS Mechanicsburg will consider past performance in evaluation.
- Packaging: Must comply with MIL-STD 2073.
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award will be issued bilaterally. All contractual documents are considered "issued" when deposited in mail, transmitted by facsimile, or sent by electronic commerce methods. The Component Identification Description (CID) 884055315 must be included on identification plates.