VALVE,ROTARY,SELECT
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 quotes for the repair of VALVE,ROTARY,SELECT under Emergency Acquisition Flexibilities (EAF). This opportunity requires a Repair Turnaround Time (RTAT) of 154 days and encourages accelerated delivery. Quotes are due March 30, 2026.
Scope of Work
This solicitation is for the repair of the VALVE,ROTARY,SELECT, specifically referencing CAGE 35795 and Ref. No. U107959449. Repairs must meet operational and functional requirements, adhering to the contractor's standard practices, manuals, and directives. Items must be marked in accordance with MIL-STD-130, REV N. Government Source Inspection (GSI) is required.
Contract & Timeline
- Type: Solicitation for Repair (resultant award will be bilateral)
- Notice ID: 81380277aecb4983b37f71ec243fe5b2
- Response Due: March 30, 2026, 8:30 PM ET
- Published: March 20, 2026, 10:00 PM ET
- Set-Aside: None specified
- NAICS: 332919 (Other Fabricated Metal Product Manufacturing), Size Standard: 750 employees
Key Requirements & Submission
Offerors must provide unit price, total price, and proposed RTAT. A price reduction will be incurred for failure to meet the required RTAT, up to a maximum specified by the contractor. Quotes should also include awardee CAGE, inspection/acceptance CAGE, facility/subcontractor CAGE, and new unit price/delivery lead-time for comparison. A T&E fee/price for Beyond Repair (BR/BER) items should also be provided. Consideration for award will only be given to authorized distributors of the original manufacturer's item, with proof required. All freight is FOB Origin, and freight handling is by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work.
Additional Notes
This solicitation includes various clauses such as ITEM UNIQUE IDENTIFICATION AND VALUATION, INSPECTION OF SUPPLIES--FIXED-PRICE, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS, and SECURITY PROHIBITIONS AND EXCLUSIONS. Offerors must comply with Cybersecurity Maturity Model Certification (CMMC) Level Requirements. Information on obtaining applicable documents (MIL-STD, DODSSP, etc.) is provided in the description.