TAILPIECE,UNION

SOL #: N0010426QFC85Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

Hose, Pipe, Tube, Lubrication, And Railing Fittings (4730)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 16, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 22, 2026, 8:30 PM

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 Mechanicsburg is soliciting proposals for the manufacture and supply of a Tailpiece Assembly for a 10-inch Ball Valve. This requirement is designated as a Total Small Business Set-Aside and involves Special Emphasis Material for critical shipboard systems. Offerors must possess a CONFIDENTIAL U.S. Security Clearance or higher to access classified information related to this RFQ. Proposals are due April 22, 2026.

Scope of Work

This opportunity requires the contractor to manufacture a Tailpiece Assembly for a 10-inch Ball Valve in accordance with Naval Ship Systems Command Drawing 803-4385051 and other specified drawings and document references. The material for the "Tailpiece, piece 72-S1" must be ASTM-B369, alloy UNS C96400.

Key requirements include:

  • Extensive Testing & Certification: Non-Destructive Tests (for weld repair/production weld), Weldability Test (ASTM-B369), Hydrostatic Test (per drawing 4384676), Dye Penetrant Inspection, and Radiography (on "Tailpiece, piece 72-S1").
  • Quality System: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 or ANSI-Z540.3 (or MIL-STD-45662). Government Quality Assurance at source is required.
  • Material Traceability & Certification: Strict procedures for maintaining traceability from material to certification test reports, including quantitative chemical and mechanical analysis. Electronic signatures on Level I certification documents are accepted under specific controls.
  • Welding & Brazing: Specific procedures, qualification data, and certifications (including consumed weld metal C of C) must be submitted for review and approval prior to performing any welding or brazing.
  • Configuration Control: The contractor must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes. Waivers and deviations require Contracting Officer approval.
  • Mercury Free: All hardware and supplies must be free of mercury and mercury-containing compounds.
  • Packaging: Preservation, Packaging, Packing, and Marking must comply with MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation (RFQ N0010426QFC85)
  • Set-Aside: Total Small Business
  • Response Due: April 22, 2026, 8:30 PM Z
  • Published: March 27, 2026
  • Delivery Schedule: Final material delivery is required on or before 365 days after the contract effective date. Certification Data CDRLs are due 20 days prior to scheduled delivery. Radiographic Shooting Sketches (RSS) are due 45 days after contract award, and Production Radiography (PR) is due 135 days after RSS approval.
  • Priority Rating: This is a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).

Evaluation

Award will be based on compliance with all technical specifications, quality assurance requirements, and the ability to meet security and certification mandates. Offerors must demonstrate a robust quality system and adherence to detailed manufacturing and testing protocols.

Additional Notes

Access to drawings and classified information (CONFIDENTIAL level) requires a valid U.S. Security Clearance. Offerors must download the security agreement form from SAM.gov and email the completed form to ashton.k.perry.civ@us.navy.mil to obtain drawings. All certification data, Radiographic Shooting Sketches, and Production Radiography must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040). The Electronic Contractor Data Submission (ECDS) system is available for certain data submissions and questions. Portsmouth NSY's DODAAC has changed from N00102 to N50286.

People

Points of Contact

ASHTON.K.PERRY.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
Download
Download
View

Versions

Version 4Viewing
Solicitation
Posted: Mar 27, 2026
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Mar 18, 2026
View
Version 1
Solicitation
Posted: Mar 16, 2026
View
TAILPIECE,UNION | GovScope