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 Mech, is soliciting proposals (RFQ N0010426QFC85) for the procurement of a Tailpiece Assembly for a 10-inch Ball Valve. This is a Total Small Business Set-Aside opportunity. The material is designated as SPECIAL EMPHASIS (Level I, Scope of Certification, or Quality Assured) due to its critical shipboard system use, requiring stringent quality and traceability controls. Proposals are due April 22, 2026.

Scope of Work

This requirement is for a Tailpiece Assembly for a 10-inch Ball Valve, specifically part number 803-4385051-X-072, in accordance with Naval Ship Systems Command Drawing 803-4385051 and other specified DRNs. The material for the "Tailpiece, piece 72-S1" must be ASTM-B369, alloy UNS C96400.

Key Requirements

  • Security: Offerors must possess a valid U.S. Security Clearance of CONFIDENTIAL or higher to access classified annexes. Access to NOFORN and/or Naval Nuclear Propulsion Information is required.
  • Quality Assurance: Contractors must maintain a quality system compliant with ISO-9001 (or MIL-I-45208 as an alternate) and calibration system requirements of ISO-10012 (or MIL-STD-45662). Government Quality Assurance at source is required.
  • Testing & Inspection: Extensive testing is mandated, including Non-Destructive Tests, Weldability Test, Hydrostatic Test, Dye Penetrant Inspection, and Radiography. All test results and certifications must be submitted.
  • Traceability & Certification: Strict traceability from material to certification test reports is required for all Level I/SUBSAFE materials. Material must be marked with a unique traceability number. Electronic signatures are acceptable for certifications under controlled processes.
  • Welding: All welding and brazing procedures, personnel, and qualification data must be submitted for review and approval prior to performing any work.
  • Configuration Control: The contractor must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes. Waivers/Deviations require Contracting Officer approval.
  • Mercury Free: All hardware and supplies must be mercury-free.
  • 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 Date: March 19, 2026, 8:04 AM Z
  • Delivery: Final material delivery is required on or before 365 days after the contract effective date. Specific CDRL submissions (Certification Data, RSS, Production Radiography) have staggered deadlines prior to final delivery.
  • DPAS Rating: This is a DO rated order certified for national defense use.

Submission & Contact

Offerors must have the required security clearance to obtain drawings. Access requests for drawings are made on SAM.gov, followed by an email to the Primary POC. Certification data and receiving reports 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. The Electronic Contractor Data Submission (ECDS) system is available for data submissions and waiver requests.

Primary Point of Contact: Ashton K. Perry, ashton.k.perry.civ@us.navy.mil, 717-605-7574.

People

Points of Contact

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

Files

Files

View
Download
Download
View

Versions

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