- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
48--VALVE AND ACTUATOR - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 03, 2026. Industry: NAICS 332919 • PSC 4820.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 332919 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 332919
Description
CONTACT INFORMATION|4|N742.10|WV5CC/WV5DD|N/A|madison.m.gray4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice and Receiving Report|N/A|TBD|N00104|TBD|TBD|N50286|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 3 March 2026. All other terms and conditions remain the same. \ This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 3 February 2026. Per Amendment 0003, CLIN 0001 is cancelled in its entirety. All other terms and conditions remain the same. \ This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 9 January 2026. All other terms and conditions remain the same. \ This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PMEST on 5 December 2025. All other terms and conditions remain the same. \ This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 30 October 2025. All other terms and conditions remain the same. \ 1. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers. See NAVSUP WSS term WSSTERMMZ01. 2. The resultant award of this solicitation shall be issued bilaterally, requiring the Contractor's written acceptance prior to execution. 3. The following proposed delivery schedule applies: Final delivery of material shall be on or before 238 days after the effective date of the resulting contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contracts Opportunities on the SAM.gov website. Drawings have restricted access which needs to be approved. Once access has been requested, qualified Contractors shall email the POC listed on the solicitation to inform them of the request. 5. This requirement requires access to classified drawings. A facility clearance may be required in accordance with 52.204-2. 6. All transportation to/from the repair site will be paid for by the US Navy. 7. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in the order in accordance with NAVSUPWSSFA24. 8. Offers shall be submitted as Firm Fixed Price for the full repair effort based on the Repair Instruction or SOW. Firm Fixed Price offers are to include those efforts laid out in the Statement of Work. Any repair efforts required to bringthe item to "A" condition that are above and beyond those efforts laid out in the Statement of Work may be submitted as an over and above request in accordance with DFARS 252.217-7028. Please include the following: a. RTAT: b. Throughput Constraint: c. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 9. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the Contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the Contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Requested RTAT: 238 Days Offers shall reference the proposed RTAT and any capacity constraints. Contractors interested in pursuing Designated Overhaul Point (DOP) approval should reach out to the following POC: Naomi Mable 202-781-2727 naomi.h.mable.civ@us.navy.mil \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the VALVE AND VCTUATOR . 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;4456141 - Confidential; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=2285-301 |43689| S| |D| | | | DRAWING DATA=255583 |43689| L| |D| | | | DRAWING DATA=255588 |43689| M| |D| | | | DRAWING DATA=255590 |43689| G| |D| | | | DRAWING DATA=256120 |43689| J| |D| | | | DRAWING DATA=256121 |43689| F| |D| | | | DRAWING DATA=256122 |43689| D| |D| | | | DRAWING DATA=256123 |43689| F| |D| | | | DRAWING DATA=256124 |43689| D| |D| | | | DRAWING DATA=4456141 |80064| A| |X| | | | 3. REQUIREMENTS 3.1 ADDITIONAL STATEMENT OF WORK (SOW) REQUIREMENTS - Prior to disassembly, refer to MS ;5640-081-148 REV D CHG-2 (CSD643), MS NO. 5640-081-154 REV C CHG-5 (CSD634) and Seawater Component Sealing Surface and Ball Valve Repair MS NO. 7650-081-005 REV D CHG 1 (CSD568); Material Condition Feedback form (MCF) to be completed per MS Attachment 1 and mailed to SUBMEPP, Portsmouth, NH. 3.2 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Drawing 2285-301 Assembly BT Orientation 2; , except as amplified or modified herein. 3.2.1 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Numbers within ECDS and can be accessed at https://register.nslc.navy.mil/ 3.3 Clean and determine if refurbishment is possible. The Contractor must maintain traceability of the markings to each unit throughout refurbishment (either the Factory Pool serial number or MIC number). 3.3.1 The cognizant Contracting Authority, cognizant Supervising Authority, the In-Service Engineering Agent and DCMA Navy Special Emphasis Operations (NSEO) Quality Assurance representative reserve the right to perform in-process reviews (surveillance) of the Contractor work at any time. The Contractor must participate and cooperate with such reviews as required. 3.4 This procurement provides for the performance of Government Quality Assurance at source by Defense Contract Management Agency, Navy Special Emphasis Organization (DCMA NSEO) representative. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the DCMA NSEO Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned NSEO Government representative, notify the nearest DCMA Office. In the event that a local NSEO Government representative or DCMA Office cannot be located, your purchasing agent should be notified immediately. 3.4.1 All documents and reference data applicable to this contract must be available for review by the NSEO Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the NSEO Government representative. 3.5 CCRP Serial Number: The Corporate Component Repair Program (CCRP) Serial Number is a unique and permanent serial number assigned by the DOP that originally inducted the component into the CCRP program. Refer to UIPI Enclosure (4) for organic shipyard alphanumeric serial numbers. The CCRP serial number may also be referred to as the Factory Pool (FP) number and is also unique and permanent. 3.5.1 CCRP Serial Numbering Requirements: For commercial contractors authorized as a DOP, if the CCRP asset received does not contain an existing Factory Pool number, the refurbishing DOP will induct the CCRP asset into the program for the first time utilizing the alphanumeric serialization system below and must be permanently scribed on the assets major pressure boundary p part (e.g. valve body). Otherwise, use the existing CCRP Factory Pool Serial number. 3.5.2 For commercial DOP contractors, when there is no existing CCRP FP serial number, the DOP must assign a unique and permanent CCRP Factory Pool serial number consisting of the following 4 parts as follows: FP-AAAAA-YY-XXXX a. "FP" for identification to the Factory Pool Corporate Component Repair Program (CCRP). b. "AAAAA" is the contractor's Commercial and Government Entity (CAGE) Code. c. "YY" is the the two digit year of the completed overhaul date. d. "XXXX" is the unique DOP sequential number assigned by the DOP. Each commercial activity will use 0001-9999 for their refurbishments since the CAGE Code part of the FP number plus the sequential number will uniquely identify the refurbished component. DOP must maintain a permanent log of all new FP serial numbers they assigned. 3.5.3 The refurbishing DOP must permanently attach a metal tag as shown in UIPI Enclosure (4) to identify the unique and permanent CCRP (FP) Serial Number, the NSN, SMS, SMS revision and the overhauling activity and fiscal year (FY) for all refurbished CCRP assets. 3.6 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.6.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of theproduct. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineeringchange. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, S…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.