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, has issued a solicitation for the procurement of a STEM, FLUID VALVE. This opportunity is designated as a Total Small Business Set-Aside and seeks a stem for a 1 1/2-inch hull and backup ball valve, requiring adherence to NAVSEA drawing 803-5959302. The material is classified as "SPECIAL EMPHASIS" due to its critical shipboard system application, necessitating stringent quality and traceability controls. Proposals are due by April 28, 2026.
Scope of Work
This contract requires the supply of a fluid valve stem made from MIL-DTL-24252, composition I, condition CA-7 material, with no weld repair permitted. Key requirements include:
- Material Specifications: Adherence to NAVSEA drawing 803-5959302, item 8, and MIL-DTL-24252.
- Testing & Certification: Quantitative chemical and mechanical analysis, Dye Penetrant Inspection (MIL-STD-2132) for the stem's final external surface. Certifications (DI-MISC-81020, DI-MISC-80678) are mandatory.
- Quality System: Contractors must maintain a quality system compliant with ISO-9001, amplified by ISO-10012 or ANSI-Z540.3 with ISO-17025.
- Traceability: Full traceability from raw material to final component, including unique marking per MIL-STD-792, is critical for all Level I/SUBSAFE materials.
- Mercury Free: No mercury or mercury-containing compounds are allowed.
- Configuration Control: Procedures for waivers, deviations, and Engineering Change Proposals (ECPs) are detailed, requiring Government approval.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: April 28, 2026, 20:30Z
- Published Date: March 27, 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.
- DPAS Rating: This is a DO rated order certified for national defense use.
Quality Assurance & Submission
- Government Inspection: Government Quality Assurance (GQA) at source by DCMA QAR is required.
- Subcontractor Requirements: Prime contractors must flow down quality and traceability requirements to sub-tier suppliers, including source inspection.
- Receiving & Final Inspection: Products undergo receiving inspection (100% for traceability, legibility, and compliance of certifications) and final inspection based on ANSI/ASQ-Z1.4, with a zero-defect lot acceptance criteria.
- Certification Submission: All certification data must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040), with email notification to PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL. Electronic signatures are acceptable for Level I certification documents.
Important Notes
Access to drawings must be requested on the individual solicitation page on SAM.gov. The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for data submissions and inquiries.