VALVE,BALL, 2.50IPS
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 the repair and refurbishment of 2.50IPS Ball Valves. This opportunity involves critical safety items (CSI) for crucial shipboard systems, requiring specialized expertise and adherence to strict SUBSAFE and Level I material standards. Proposals are due by June 8, 2026.
Scope of Work
This requirement focuses on the refurbishment of 2.50IPS Ball Valves, designated as Special Emphasis (Level I, Scope of Certification, or Quality Assured) material. Key aspects include:
- Teardown & Evaluation (TD&E): Must be completed within 45 days of carcass receipt, followed by a Firm-Fixed Price (FFP) quote for full repair.
- Refurbishment Standards: Work must align with specific drawings (e.g., 7108792, 2640-808X1J1) and maintenance standards, including UIPI 0810-902.
- Oxygen Cleaning: Requires prior Navy Source Certification.
- SUBSAFE Compliance: All SUBSAFE work must be performed by a NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP) under Re-Entry Control (REC), with oversight from NSWC PD N64498.
- Corporate Component Repair Program (CCRP): Adherence to UIPI 0810-902, including specific serial numbering for commercial DOP contractors.
- Quality Assurance: Government Quality Assurance at source by Defense Contract Management Agency (DCMA) Navy Special Emphasis Organization (NSEO) representative is mandatory.
Contract & Timeline
- Type: Solicitation (for repair/refurbishment)
- Set-Aside: None specified
- Proposal Due: June 8, 2026, 8:30 PM EDT
- Published: May 8, 2026, 8:09 AM EDT
- Priority Rating: DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
- Payment: Wide Area Workflow (WAWF) payment instructions apply.
Key Requirements & Submission Details
- OEM/Distributor: Non-OEM offerors must identify the OEM (Company Name and CAGE) and provide a signed letter of authorization.
- Packaging Facility: If different from the offeror's address, provide facility details (Name, Street Address, CAGE).
- Commercial Asset Visibility (CAV): The resulting contract will utilize CAV.
- Repair Turn Around Time (RTAT): Requested RTAT is 71 days. Quotes must specify proposed RTAT and capacity constraints; price reductions apply for non-compliance.
- Electronic Systems: Mandatory use of Workflow Pro (WFP) Mod Assist Module and Electronic Contractor Data Submission (ECDS) system.
- Quote Content: Include estimated repair price, cost of new material (actual/estimated), TD&E Rate, RTAT, Throughput Constraint, Induction Expiration Date, and any exceptions to MIL-STD Packaging/Labeling. MIL-STD 2073 packaging applies.
- Deliverables: URO MRC inspection reports, CCRP Certificate of Compliance (CoC), and completed REC package are required, subject to SUBSAFE Supervising Authority review.
Contact Information
For inquiries, contact ROBERT.H.LANGEL.CIV@US.NAVY.MIL.