- 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
PARTS KIT,VALVE
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: May 11, 2026. Industry: NAICS 332919 • PSC 4810.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 41 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 332919
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material ||TBD|N00104|TBD|TBD|N50286|TBD|133.2||N/A|||||| 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 date of delivery|one year from date of delivery||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| WARRANTY OF DATA-BASIC (DEVIATION 2026-O0035) (FEB 2026)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEV 2026-O0037)(FEB 2026)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| 1.This is a procurement for the Level One Program. 2.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 3.Drawings can be accessed thru: sam.gov. 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.Partial and early delivery of requirement is authorized and desired and is at no additional cost to either the vendor or the Government. 6.NAVSUP WSS will be considering past performance in the evaluation of offers. See Clause 252.204-7024. 7.This award will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 8.This is a rated order certified for national defense use and the Contractor will follow all requirements of the Defense Priorities and Allocations System Regulation (15 CFR 700), see clause 52.211-14. 9.This requirement will be issued pursuant to EAF. 10.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt. Final delivery of material (450 days) 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=2643-825-89A2 |53711| A|ER |D| | | | DRAWING DATA=7108907 |53711| A| |D| | | | DRAWING DATA=7285198 |53711| M| |D| | | | DRAWING DATA=7286278 |53711| C| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=MIL-PRF-9954 | | |D |090416|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 ;Parts Kit for a size 4 inch inch ball valve consisting of one ball and two mating seats must be in accordance with NAVSEA drawing 7286278, Piece 13 (Seats) and NAVSEA drawing 7285198 , Piece 83 (ball), except as amplified or modified herein.; 3.1.1 ;The 3 o'clock keyway orientation in the stem slot from NAVSEA drawing 7285198 applies for the subject ball.; 3.1.2 ;The "H" dimension to locate the keyway pilot hole in NAVSEA drawing 7285198 is 0.625 inches. Note: This does not correspond with the detail view of the valve ball where the "H" dimension is shown to be half the stem slot width.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Ball - Piece 83 on NAVSEA Drawing 7285198; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats - Piece 13 on NAVSEA Drawing 7286278; Material - Delrin: Dupont AF DE588 (Teflon Filled Acetal) (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Specific Gravity D792 (Note 1) 1.50 - 1.57 (B) Melting Point D2133 or D3418 172 - 184 deg C (342 - 363 deg F) (C) Tensile Strength (MIN) D638 (Notes 1 & 5) 6100 PSI (D) Tensile Impact (MIN) D1822 Type S (Notes 1 & 5) 5 FT-LB/SQ IN (E) Compressive Stress D695 2100 @ 1% DEF. (MIN - PSI) (Notes 1 & 5) 11,000 @ 10% DEF. (F) Water Absorption D570 .30% MAX 24 Hours (G) Rockwell Hardness (R) D785 (Note 1) 115 +/- 15 (H) Teflon Fiber Content (Note 2) 18 - 23% (I) Dimensional Change (Note 4) .7% MAX NOTES: 1. Material conditioning prior to test is at the vendor's option. 2. Teflon Fiber Content - As certified by DuPont (raw material). 3. Visual and Dimensional Inspection of Product (Final Machined Condition) - White Teflon string inclusions must not exceed the following: A. Diameter 1/32" B. Length 1/8" C. Density 6 indications per 100 SQ IN 4. The test method to determine dimensional stability must be performed as follows: The test specimens (finished pieces) tested must be measured at 23 +/- 3 deg C (73 +/- 5F) and placed in a mineral oil bath maintained at 160 +/- 3 deg C (320 +/- 5F) the specimens must remain in the bath for six (6) hours at temperature and allowed to slow cool in the bath at a rate not to exceed 23 +/- 3 deg C (73 +/- 5F) per hour. When the bath reaches 23 +/- 3 deg C (73 +/- 5F), the test specimens must be removed and measured. The percent change in each dimension, outside diameter, inside diameter and thickness must not be greater than the value specified. ^Mineral oil meets the specification as listed below: Description.......................Passes U.S.P. Test (USP XX, P.1143) Solubility........................Passes U.S.P. Test (USP XX, P.1143) Neutrality........................Passes U.S.P. Test (USP XX, P.532) Readily Carbonizable Substances...Passes U.S.P. Test (USP XX, P.532) Limit of Polynuclear Compounds....Passes U.S.P. Test (USP XX, P.532) Solid Paraffin....................Passes U.S.P. Test (USP XX, P.532) Specific Gravity @ 25 deg C (77 deg F).0.8600 to 0.8900 Viscosity @ 37.8 deg C (100F).....73.6 to 84.4 Centistokes (340-390 SUS) Flash Point Cleveland Open Cup....420 deg F (216C) (Typical) Refractive Index @ 20C (68F)......1.480 (Typical) 5. Values are minimum mean values. Individual specimen values may not vary more than 25% below the specified minimum mean value. Should one specimen exceed the 25% criteria, retest is required. Failure to meet the above criteria a second time is cause for rejection. 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 and specifications is still required, but certifications are only required as listed below. 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 Ball Spherical Surface Finish - Spherical surfaces of valve balls must be finished as follows: Machine finish spherical surfaces of the valve ball to between 30 and 35 RHR; use lubricant. Grind, hone, or cup polish to 16 RHR maximum; use lubricant (light oil or soap solution). Grit blast with glass bead media (MIL-PRF-9954-MIL 10); use a 3/16 inch ID blasting nozzle (not supersonic type) 4 inches from ball at 75 PSI air pressure. The resulting surface finish should be less than 25 RHR.Perform final polish with SUPFINA Polishing Paste (Pink polishing paste, item code 10100244, Supfina Machine Company, North Kingstown, RI). Apply the SUPFINAPolishing Paste that is initially light pink in color over the entire surface of the ball with a brush and perform a low speed finishing process with both theball and a .250" thick wool pad (Style 22110, Aetna Felt Corporation, Allentown, PA^) turning at the same time with light pressure for approximately 30 seconds^^ (3 revolutions) of the entire surface of the ball. Once the light pink SUPFINA polishing paste that was applied to the surface of the ball turns a grey color, the final finishing process is complete. After the final finishingprocess is complete, the surface of the ball should have a matte dull appearance with a surface finish between RHR 12 and RHR 16. Clean ball with a warm, alkaline solution or a liquid nonionic detergent to remove SUPFINA polishing paste. ^ Reference customer number PLI00499 when ordering wool pad. ^^ CAUTION: Excessive time will cause the ball to be polished in violation of the process." 3.5 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.6 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat individually by measuring the seat height with the ball resting on the seat. Limits are determined by the ball diameter tolerance and the stack height tolerance combined. Refer to CSD171 for recommended methods to measure and calculate stack heights. CSD171 is available in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.7 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.8 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. 3.9 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 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. 3.10.1 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. 3.10.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.10.3 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. 3.11 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. 3.12 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. 3.12.1 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 ^ 3.13 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. 3.14 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 when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.14.1 Approval of the Contractor's qualification data must be obtained prior to performing any …
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.