Skip to content
Department of Defense

Repair of NSN 7RE 4810 013539209, PN 2770073-114, Valve Regulating, FL. for Foreign Military Sales.

Solicitation: N0038326QH050
Notice ID: b03872567c594961a17af522172337ca
TypePresolicitationNAICS 332919PSC4810Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedJan 26, 2026, 12:00 AM UTCDueFeb 10, 2026, 07:00 PM UTCExpired

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 10, 2026. Industry: NAICS 332919 • PSC 4810.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0038326QH050. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332919 (last 12 months), benchmarked to sector 33.

12-month awarded value
$3,851,825
Sector total $20,521,343,821 • Share 0.0%
Live
Median
$47,085
P10–P90
$30,089$184,699
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($3,851,825)
Deal sizing
$47,085 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 CA
Live POP
Place of performance
Irvine, California • United States
State: CA
Contracting office
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
Jose F. Montes 215-697-2558 jose.f.montesmontiel.civ@us.navy.mil
Email
jose.f.montes@navy.mil
Phone
771-229-0522

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS PHILADELPHIA • NAVSUP WEAPON SYSTEMS SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 332919

Description

This notice serves as a pre-solicitation notice for the repair of NSN 7RE 4810 013539209, PN 2770073-114, Valve Regulating, FL. for Foreign Military Sales.

The Government intends to award to the source whose proposal represents the best value to the Government. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part-contract repair from other than the current source(s). The subject item requires Government source approval prior to contract award.

Complete data, drawings, and the rights to the same are not available from the Government; all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Jose F. Montes at (771) 229-0522, jose.f.montesmontiel.civ@us.navy.mil

The repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1 Government Property or 52.245-1 Alternate I, as applicable.

This listing of items is attached to this notice.

All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements.

Eligible contractors shall provide a submission to jose.f.montesmontiel.civ@us.navy.mil that includes:

1)            Company Name and Cage Code

2)            Part Number/NIIN eligible to repair

3)            Is your company the Original Equipment Manufacturer (OEM)

4)            Is your company capable of repairing the PN in 2 but your company is not the OEM

a) Explain how your company has the technical capacity to perform the necessary repairs.

5)            Is your company a Small Business If so, what type of Small Business

6)            Company POC

An alternate source must qualify in accordance with the design control activitys procedures, as approved by the cognizant Government engineering activity.

The subject items require Government source approval prior to contract award.

Only the source previously approved by the Government for repair of these items will be solicited.

The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source.

If you are not an approved source, you must submit together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your companys experience in repair of the same or similar items. This brochure can be obtained by emailing the NAVSUP WSS PCO.

If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval.

Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation.

Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and, or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs.

All proposals received within 45 days after date of publication of this synopsis will be considered by the Government.

The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.

This notice serves as a pre-solicitation notice for the repair of NSN 7RE 4810 013539209, PN 2770073-114, Valve Regulating, FL. for Foreign Military Sales.

The Government intends to award to the source whose proposal represents the best value to the Government. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part-contract repair from other than the current source(s). The subject item requires Government source approval prior to contract award.

Complete data, drawings, and the rights to the same are not available from the Government; all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Jose F. Montes at (771) 229-0522, jose.f.montesmontiel.civ@us.navy.mil

The repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1 Government Property or 52.245-1 Alternate I, as applicable.

This listing of items is attached to this notice.

All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements.

Eligible contractors shall provide a submission to jose.f.montesmontiel.civ@us.navy.mil that includes:

1)            Company Name and Cage Code

2)            Part Number/NIIN eligible to repair

3)            Is your company the Original Equipment Manufacturer (OEM)

4)            Is your company capable of repairing the PN in 2 but your company is not the OEM

a) Explain how your company has the technical capacity to perform the necessary repairs.

5)            Is your company a Small Business If so, what type of Small Business

6)            Company POC

An alternate source must qualify in accordance with the design control activitys procedures, as approved by the cognizant Government engineering activity.

The subject items require Government source approval prior to contract award.

Only the source previously approved by the Government for repair of these items will be solicited.

The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source.

If you are not an approved source, you must submit together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your companys experience in repair of the same or similar items. This brochure can be obtained by emailing the NAVSUP WSS PCO.

If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval.

Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation.

Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and, or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs.

All proposals received within 45 days after date of publication of this synopsis will be considered by the Government.

The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.

Based upon market research, the Government is using the policies contained in FAR Part 12, Acquisition of Commercial Products, in its solicitation for the described supplies or services. Interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice.

Award will be made only if the offeror, the product and, or service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1.

Questions or comments regarding this notice may be addressed to Jose F. Montes either by e-mail at jose.f.montesmontiel.civ@us.navy.mil or by phone (771) 229-0522.

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.