VALVE ASSEMBLY,MANI

SOL #: SPRPA126RYB35Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT PHILADELPHIA, PA
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

Valves, Nonpowered (4820)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 24, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Apr 3, 2026, 6:00 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 Defense Logistics Agency (DLA) Aviation at Philadelphia, PA has issued a solicitation for VALVE ASSEMBLY,MANI as a Foreign Military Sales (FMS) New Spares requirement. This is a Flight Critical and ALRE Critical Application Item, issued under Emergency Acquisition Flexibilities (EAF). Engineering Source Approval by Naval Air Systems Command is mandatory for eligibility. Unapproved companies may submit a Source Approval Request (SAR) by the solicitation closing date. Proposals are due April 3, 2026.

Scope of Work

This solicitation is for the manufacture, testing, and inspection of VALVE ASSEMBLY,MANI, designated as a critical material for crucial shipboard systems enabling aircraft launch and recovery. While specific drawings are referenced (e.g., NAWC LAKEHURST drawing number 6532E398-2, Revision AE), the government will not provide these drawings; contractors are responsible for their access or development. Key requirements include:

  • Compliance with referenced drawings and all specifications.
  • Markings in accordance with MIL-STD-130.
  • Contractor responsibility for all manufacturing aids (fixtures, tooling, test equipment).
  • Adherence to extensive quality assurance requirements, including 100% inspection for critical and major characteristics, and specific AQLs for other features.
  • NDT companies must be NADCAP accredited or ISO 17025 certified.
  • Critical manufacturing processes include Heat Treat and Cadmium Plating.

Eligibility & Source Approval

  • Mandatory Engineering Source Approval: Only companies with prior engineering source approval from Naval Air Systems Command are eligible for award.
  • Source Approval Request (SAR): Companies not yet approved may submit a SAR to the contracting officer by the solicitation's closing date. The SAR must include: complete configuration drawings and test procedures for similar items produced within the last three years, complete process/operation sheets, purchase orders and shipping documents for previous production quantities, detailed comparative analysis, and inspection method sheets.
  • Pre-Award/Post-Award: A pre-award survey and post-award conference may be required for new manufacturers.

Quality Assurance & Testing

  • First Article Testing (FAT): A mandatory First Article Test (one uncoated unit) is required. The contractor must conduct 100% inspection and testing of all critical, major, and minor dimensions/requirements, with Government personnel witnessing. A detailed FAT Report must be submitted within 15 calendar days of testing. Government approval/disapproval will be provided within 45 calendar days. Costs for re-testing due to disapproval are borne by the contractor. Production is at the contractor's sole risk before FAT approval.
  • FAT Waiver: NAVSUP WSS may waive FAT requirements for offerors who have previously supplied identical, accepted production articles within three years, using the same production location and processes. Offerors requesting a waiver must submit two prices (with and without FAT).
  • Mandatory Inspection: 100% PCO mandatory inspection at source under DCMAO QAR surveillance.
  • Final Inspection: The contractor must notify the PCO and NAWC Lakehurst QA (Jose Torracca, jose.g.torraca.civ@us.navy.mil, 732-323-2834) at least 14 days prior to final inspection.

Contract Details & Timeline

  • Type: Solicitation (Emergency Acquisition Flexibilities)
  • Set-Aside: None specified.
  • Response Due: April 3, 2026, 6:00 PM UTC.
  • Published: March 24, 2026.
  • Contact: Thomas Kuhnle, THOMAS.KUHNLE@DLA.MIL, 215-737-7149.
  • Packaging: MIL-STD 2073 applies.

People

Points of Contact

Files

Files

Download
Download
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 24, 2026
Version 1
Solicitation
Posted: Mar 24, 2026
View
VALVE ASSEMBLY,MANI | GovScope