STEM,FLUID VALVE
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 soliciting proposals for a STEM, FLUID VALVE (Product Service Code 4820 - Valves, Nonpowered). This is a Total Small Business Set-Aside opportunity. The requirement is for a critical component used in shipboard systems, designated as SPECIAL EMPHASIS material (Level I), necessitating stringent quality and traceability controls. Access to NOFORN and/or Naval Nuclear Propulsion Information (NNPI) is required. Proposals are due by May 01, 2026.
Scope of Work
This solicitation is for the procurement of a stem for a 1 1/2-inch hull and backup ball valve, conforming to NAVSEA drawing 803-5959302, item 8, and material specification MIL-DTL-24252, composition I, condition CA-7. Key requirements include:
- No weld repair allowed on MIL-DTL-24252 material.
- Dye Penetrant Inspection (MIL-STD-2132) for the stem's final external surface.
- Adherence to a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
Quality Assurance & Certifications
Contractors must maintain a quality system compliant with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025, or MIL-I-45208. Extensive requirements for material traceability, certification, and inspection are detailed, including:
- Quantitative chemical and mechanical analysis for parts requiring certification.
- Detailed certification data for all items, including specific content for the Certificate of Compliance.
- Procedures for electronic signatures on Level I certification documents.
- Strict material handling, receiving inspection, and discrepancy reporting protocols.
- Government Quality Assurance (GQA) at the source is required, with notification to the nearest DCMA office.
Contract & Timeline
- Contract Type: Solicitation
- Set-Aside: Total Small Business
- Proposal Due Date: May 01, 2026 (extended by Amendment 0001)
- Published Date: April 01, 2026
- Delivery Schedule: Certification data 20 days prior to scheduled delivery; Portsmouth Naval Shipyard (PNSY) review within 30 working days; Final material delivery within 365 days after contract effective date.
Submission & Access Requirements
Certification data must be submitted to Portsmouth Naval Shipyard via Wide Area Work Flow (WAWF), with specific DODAACs (Ship to N50286, Inspect by N39040, Accept by N39040) and email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. No material is to be shipped prior to acceptance. To obtain drawings, bidders must download and email a completed security agreement form to nathaniel.ventura.mil@us.navy.mil due to the NOFORN/NNPI access requirement. Offerors must acknowledge receipt of Amendment 0001.