Opportunity

SAM #N0040626Q0163

Sole Source Inspection and Service of Motor Operated Valves on USNS ALAN SHEPARD (T-AKE 3)

Buyer

NAVSUP FLC Puget Sound

Posted

May 07, 2026

Respond By

May 13, 2026

Identifier

N0040626Q0163

NAICS

332911, 811219

NAVSUP Fleet Logistics Center Puget Sound, on behalf of the U.S. Navy, is seeking inspection and service of motor operated valves and actuators onboard the USNS ALAN SHEPARD (T-AKE 3) vessel. - Government Buyer: - U.S. Navy, NAVSUP Fleet Logistics Center Puget Sound (FLCPS) - OEM and Vendor: - Valve Automation and Control of San Diego (Original Equipment Manufacturer, sole source) - Products/Services Requested: - Inspection, exercising, and testing of 26 motor-operated valves with actuators - Includes operational testing, greasing, pin replacement, and communication verification with Master Loop Panels in MCCS - OEM assistance required for setting MOVs and repairing discrepancies - Daily and final condition reports required - Material, labor, and travel for service execution - Reporting deliverables for tracking and compliance - Unique/Notable Requirements: - Sole source to OEM due to critical safety nature of shipboard fire extinguishing systems - Only qualified sources designated by the Design Activity may perform the work - Emphasis on safety around high voltage systems and compliance with General Technical Requirements - Compliance with unique item identification and electronic invoicing via WAWF - Place of Performance: - Work performed onboard USNS ALAN SHEPARD (T-AKE 3), with references to Thailand and FPO AP as locations

Description

Fleet Logistics Center Puget Sound (FLCPS) intends to solicit and award a firm-fixed-price Supply-type Purchase Order for valve actuator OEM Valve Automation and Control of San Diego inspection and service of motor operated valves onboard a T-AKE Class Vessel. 

This requirement is sole sourced to Valve Automation and Controls of San Diego as the work contemplated is in support of Ship's Critical Safety Items equipment for Fixed Fire Extinguishing Systems. Per the Design Activity, only qualified sources may produce and service this equipment. Interested companies may identify their interest and capability to respond to the requirement, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government.

The Government will evaluate the offeror's price for reasonableness and past performance as part of the responsibility determination in accordance with RFO 12.203.

Anticipated Award Date: May 2026

Contracting Officer: Joseph Ibrahim / joseph.m.ibrahim.civ@us.navy.mil 

View original listing