N00104 NAVSUP WSS parts buys and repair: valves, bushings, pumps, and an OVP board
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:
- DISK,VALVE (N0010426QNB27)
- BUSHING (N0010426QAA71)
- PUMP, CENTRIFUGAL – repair (N0010425QCC40)
- OVP BOARD (N0010425QSA80)
- VALVE, BALL (N0010426QBL73)
- 48--VALVE, BALL (N0010426QZA59)
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
- DISK,VALVE (N0010426QNB27)
- VALVE,BALL (N0010426QBL73)
- 48--VALVE,BALL (N0010426QZA59)
- BUSHING (N0010426QAA71)
- PUMP,CENTRIFUGAL (repair) (N0010425QCC40)
- OVP BOARD (N0010425QSA80)
How to act on this
- 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).
- Validate part identity (nomenclature/part number/NSN) and confirm any mandatory pre-quote steps (IRPOD review; drawings access).
- Build your quote around delivery/turnaround targets, inspection plan (GSI), traceability/authorization, and WAWF instructions.
- 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.