Skip to content
← Back to blog

N00104 NAVSUP WSS parts buys and repair: valves, bushings, pumps, and an OVP board

Feb 09, 2026Avery CollinsProposal Research Analyst4 min readsolicitation spotlight
NAVSUP WSSNavy contractingspare partsvalvesrepairWAWFGSItraceability
Opportunity snapshot
DISK,VALVE
DEPT OF DEFENSEDEPT OF THE NAVYNAICS: 332919PSC: 4820
Posted
2026-02-09
Due
2026-06-08T20:30:00+00:00

Related opportunities

Executive takeaway

NAVSUP Weapon Systems Support (Mechanicsburg) has several open solicitations for ship/weapon-system-related parts and at least one repair action. Across these notices, the common theme is documentation discipline: item unique identification (IUID), source inspection requirements, traceability/authorization when you’re not the OEM, and WAWF/Combo invoice workflows. If you already operate in Navy supply with strong QA and inspection readiness, these are workable bids; if you’re new to NAVSUP WSS terms, plan time to pull the drawings/IRPOD and validate every part number/NSN before pricing.

What the buyer is trying to do

The buyer is procuring specific replacement components (multiple valve-related buys, a bushing requirement with multiple CLINs/part numbers, and an electronics board) and, separately, seeking a repair solution for a centrifugal pump with a stated repair turnaround objective. Several notices are explicitly tied to Emergency Acquisition Flexibilities (EAF), with bilateral award language and accelerated delivery encouraged in some cases.

Opportunities in this set:

What work is implied (bullets)

  • Confirm exact identity before quoting (several notices say to verify nomenclature, part number, and NSN prior to responding).
  • Manufacture or supply the specified hardware to the required standard (e.g., valves/valve components, electronics board, bushings).
  • Repair execution (pump RFQ) including proposing a repair turnaround time (RTAT) and pricing at unit and total levels.
  • Inspection readiness, including Government Source Inspection (GSI) where stated, and meeting the solicitation’s inspection/acceptance terms.
  • Quality system/requirements compliance where specified (examples in these notices include higher-level quality requirements such as ISO9001 on one valve buy, and MIL-I-45208 on another).
  • IUID/valuation compliance (IUID clause appears across these notices).
  • Traceability and authorization documentation when not the manufacturer (e.g., OEM identification and letter of authorization as a distributor where required; traceability notice on OVP board).
  • WAWF/Combo invoicing setup per “Wide Area Workflow Payment Instructions,” including any separate certification receiving reports when required.
  • Delivery terms alignment (FOB Destination on some actions; FOB Origin and Navy-handled freight language on others—verify per the schedule/attachments).
  • Option CLIN awareness where present (e.g., OVP board includes a 100% 365-day option CLIN; pump and board mention options for increased quantity).
  • Pre-bid artifact review where mandated (e.g., IRPOD review mandatory for one valve-ball action; drawings download path provided for the bushing RFQ).

Who should bid / who should pass (bullets)

  • Bid if:
    • You already sell into NAVSUP WSS (or similar) and can execute GSI, IUID requirements, and WAWF processes without rework.
    • You can meet the stated repair RTAT target (pump) or credibly justify constraints if you can’t meet the requested RTAT.
    • You have strong traceability controls (especially if you are a distributor rather than the OEM/manufacturer).
    • You can support required quality expectations (e.g., ISO9001 or the listed higher-level quality requirement, where applicable).
    • You can access and comply with required technical data (drawings via SAM.gov for the bushing; IRPOD review for the valve-ball action that requires it).
  • Pass if:
    • You cannot support Government Source Inspection or don’t have facilities/processes to host/coordinate it.
    • You cannot provide OEM authorization/traceability where the solicitation calls it out (especially for controlled/traceable supply chains).
    • You are unable to accommodate bilateral award mechanics and the solicitation’s administrative rhythm (e.g., written acceptance prior to execution).
    • You can’t meet the inspection system planning/premanufacturing or test procedure expectations where specified (verify in attachments for details).

Response package checklist

  • Completed quote with unit price and total price (multiple notices prompt both).
  • For the pump repair: include RTAT in days and address capacity constraints if not meeting the Government’s requested RTAT.
  • For the OVP board: include procurement turnaround time (PTAT) and any requested CAGE-related fields (verify in attachments).
  • Part number / NSN verification statement and any supporting substantiation (verify in attachments).
  • OEM/manufacturer identification and a signed letter of authorization if you are not the OEM/manufacturer and the RFQ requires it.
  • Traceability documentation where the solicitation includes a traceability notice (verify specifics in attachments).
  • Inspection plan readiness for GSI and any required plans/procedures (e.g., “Inspection system program plans, or premanufacturing or test procedures” where listed—verify in attachments).
  • IUID/marking compliance artifacts as applicable (verify marking/UID requirements in attachments).
  • WAWF/Combo invoicing capability confirmation aligned to the instructions in the notice.
  • Acknowledgment of any amendments (several notices state close-date extensions and clause updates—verify current amendment status in attachments/SAM.gov).

Pricing & strategy notes

These actions look like classic NAVSUP WSS “tight ID, tight compliance” buys/repairs. Your pricing strategy should be built from verifiable technical scope and the administrative costs of compliance—not guesses.

  • Start with the technical baseline: pull drawings (the bushing RFQ explicitly points to SAM.gov for drawings) and confirm any mandatory IRPOD review (explicitly required on the valve-ball solicitation that cites it).
  • Price the compliance overhead: GSI coordination, any required inspection/test documentation, IUID marking/valuation workflow, and WAWF processing time.
  • Repair RFQ (pump): build a costed route based on teardown/diagnosis, parts, reassembly, test, documentation, and the stated RTAT target. If you can beat the requested turnaround, the notice states accelerated delivery is encouraged.
  • Watch delivery terms: some solicitations are FOB Destination, while others state FOB Origin and/or Navy-handled freight under a CAV statement of work (pump). Confirm which costs belong in your quote versus Government-provided transportation.
  • Consider option CLIN exposure: where a 365-day option for increased quantity exists, ensure your pricing remains valid for the required period and your supply chain can scale.
  • Validity window: one valve-ball notice asks for pricing validity (default 60 days unless otherwise specified). Make sure your supplier quotes and lead times align with that window.

Subcontracting / teaming ideas

  • Authorized distribution partner for OEM-controlled parts if you are not the OEM/manufacturer but can manage traceability and obtain letters of authorization.
  • NDT/radiography support partner if your internal capability is limited and the delivery schedule references radiographic artifacts (verify details in the valve-ball “48--” solicitation attachments).
  • Source inspection support: a local/regional quality services partner to help you prepare packages and host GSI efficiently.
  • Repair specialty shop teaming for the pump repair if you can manage program/compliance but need dedicated pump repair/test capability to hit RTAT.

Risks & watch-outs

  • Mandatory pre-bid review items: the valve-ball solicitation states vendor review of the IRPOD is mandatory—missing it can make your quote noncompliant.
  • GSI requirement: multiple notices call out Government Source Inspection; plan schedule float and document readiness.
  • Award basis differences: the bushing RFQ notes multiple CLINs and that award will be based on total dollar value, not individual unit price—optimize your total package, not just one line.
  • Bilateral award mechanics: several notices say the resultant award will be issued bilaterally and requires written acceptance prior to execution.
  • Quality requirement specificity: some notices cite higher-level quality requirements (e.g., ISO9001, MIL-I-45208). Confirm your certifications/quality system alignment before you commit.
  • Delivery schedule artifacts: the “48--VALVE, BALL” notice includes a proposed schedule referencing radiographic shooting sketches and approvals—ensure you can actually meet those gating events (verify in attachments/DD form references).
  • Cyber/security clauses: at least one notice includes a CMMC level requirements clause and security prohibitions/exclusions. Confirm your compliance posture (verify applicability in attachments).
  • FOB and freight handling: do not assume freight responsibility—some are FOB Destination, others FOB Origin with Navy-managed freight. Quote accordingly.

Related opportunities

How to act on this

  1. Pick the specific notice(s) you can support technically and administratively, then open the BidPulsar listing and pull the current solicitation package/amendments (verify in attachments/SAM.gov where referenced).
  2. Validate part identity (nomenclature/part number/NSN) and confirm any mandatory pre-quote steps (IRPOD review; drawings access).
  3. Build your quote around delivery/turnaround targets, inspection plan (GSI), traceability/authorization, and WAWF instructions.
  4. Submit with all required fields completed (unit/total price, RTAT/PTAT where requested) and ensure your pricing validity aligns with the solicitation language.

If you want a second set of eyes before you commit bid & proposal hours, Federal Bid Partners LLC can help you triage compliance, map the required attachments, and sanity-check a response package for NAVSUP WSS-style supply actions.

Related posts