Skip to content
Department of Defense

20--METER VALVE ASSEMBL

Solicitation: N0010423QFD09
Notice ID: 9fcb69bbc20d448a908a5dc5d14ea10a
TypeSolicitationNAICS 336612PSC2040DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 10, 2026, 12:00 AM UTCDueFeb 24, 2026, 08:30 PM UTCCloses in 1 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 24, 2026. Industry: NAICS 336612 • PSC 2040.

Market snapshot

Awarded-market signal for NAICS 336612 (last 12 months), benchmarked to sector 33.

12-month awarded value
$29,889,160
Sector total $20,371,516,771 • Share 0.1%
Live
Median
$46,112
P10–P90
$22,833$154,654
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($29,889,160)
Deal sizing
$46,112 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
Electronic Mail: LYDIA.M.SHALOKA.CIV@US.NAVY.MIL
Email
LYDIA.M.SHALOKA.CIV@US.NAVY.MIL
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 336612

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification section C| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report |Material - Inspection & Acceptance at SOURCE Certifications - Inspection at DESTINATION & Acceptance at OTHER |TBD|N00104|TBD|Certifications - N39040; Material -S4306A |N50286|TBD|133.2|NA|NA|Certifications - N39040|NA|NA|See DD Form 1423|PORT_PTNH_WAWF_Notification@navy.mil| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from the date of delivery |one year from the date of delivery ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| This amendment is being issued to extend the solicitation closing date. The purpose of this amendment is to dissolve the small business set-aside and to extend the solicitation closing date. \ This amendment is being issued to extend the solicitation closing date. \ This amendment is being issued to update the POC and extend the solicitationclosing date. closing date extended Quantity changed from 15 each to 25 each. Closing date is extended to 10/12/23. \ 1. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 2. 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. 3. Only those sources with an acceptable Quality Assurance Manual are eligible for award under this solicitation. The Navy has found from past experience that Quality Control is essential to assure personnel safety in critical areas and to provide for the safe operation of submarines and certain systems on surface ships. See WSSTERM LZ02. Vendors submitting quality manuals shall submit them to jill.sabol@navy.mil. 4. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 5. If drawings are included in the solicitation, access must be requested on the individual solicitation page on Contract Opportunities via the Government's SAM.gov website. Include your CAGE code in your request. 6. Unless otherwise stated on the DD1423, submission of DD1423 certification data (CDRLs) will be on or before 20 days prior to the material delivery date. PNSY review/acceptance of CDRLs shall be 6 working days after receipt of CDRLs. Final delivery of material will be on or before xxx days after the effective date of the contract. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 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 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=125A030201 |34228| C| |D|0001 | C|49998|0701900 DRAWING DATA=1858446 |03956| A| |D|0001 | A|49998|0521725 DRAWING DATA=1858447 |03956| A| |D|0001 | A|49998|0606287 DRAWING DATA=1977384 |03956| A| |D|0001 | A|49998|0516295 DRAWING DATA=1977384 |03956| A|PL |D|0001 | A|49998|0348102 DRAWING DATA=1977384 |03956| A|PL |D|0002 | A|49998|0430181 DRAWING DATA=1977385 |03956| C| |D|0001 | C|49998|0738391 DRAWING DATA=1977385 |03956| C|PL |D|0001 | |49998|0032570 DRAWING DATA=1977385 |03956| C|PL |D|0002 | |49998|0020901 DRAWING DATA=901876-902100 |34228| B| |D|0001 | B|49998|2047136 DRAWING DATA=911B046682 |34228| F| |D|0001 | F|49998|0984879 DRAWING DATA=911B046683 |34228| B| |D|0001 | B|49998|0594665 DRAWING DATA=911B046686 |34228| C| |D|0001 | C|49998|0635886 DRAWING DATA=911B046687 |34228| B| |D|0001 | B|49998|0691545 DRAWING DATA=911D046695 |34228| H| |D|0001 | H|49998|0246076 DRAWING DATA=993B066203 |34228| B| |D|0001 | B|49998|0675751 DRAWING DATA=993C066130 |34228| D| |D|0001 | D|49998|0083297 DRAWING DATA=993C066130 |34228| D|PL |D|0001 | D|49998|0955385 DRAWING DATA=993C066131 |34228| E| |D|0001 | E|49998|0113655 DRAWING DATA=993C066131 |34228| E|PL |D|0001 | E|49998|0073854 DOCUMENT REF DATA=ASTM-B21 | | | |200401|A| | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Meter and Valve Assembly must be in accordance with Kollmorgen Drawing 993C066130 and Parts List PL993C066130, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Housing, Meter and Valve, Drawing 911D046695; Material - ;ASTM-B21, Alloy UNS C46400, Temper H02 and the mechanical properties of note 8.2 of drawing 911D046695; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - Hydrostatic Test Item - Each Assembly Performance - ;Note 9 on Drawing 993C066130; (for a minimum of 3 minutes) Acceptance - ;Note 9 on Drawing 993C066130; Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.5 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.6 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.7 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.8 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.9 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.10 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.13 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.13.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.13.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.13.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.13.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repai…

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.