Opportunity
SAM #N0010426QNC60
Navy Solicitation for Leslie 3 1/2" Steam Control Valve (New or Refurbished)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 15, 2026
Respond By
June 01, 2026
Identifier
N0010426QNC60
NAICS
332919, 332710, 332912
This opportunity from NAVSUP Weapon Systems Support Mechanicsburg seeks offers for the manufacture or refurbishment of a specialized control valve for Navy applications. - Government Buyer: - Department of the Navy, Department of Defense - Naval Supply Systems Command (NAVSUP) Weapon Systems Support Mechanicsburg (WSS MECH) - OEMs and Vendors: - Leslie (referenced as the OEM via drawing and part number) - Products/Services Requested: - 3 1/2 inch flanged steam control valve (right hand control) - Leslie drawing 21844N, part number 21844N-3 - Manufacture or refurbishment accepted - No specific quantity stated - Notable Requirements: - Must comply with military specifications and configuration control - Marking required per MIL-STD-130 - May use refurbished material if compliant - Strict documentation and testing per military standards - Issued under Emergency Acquisition Flexibilities (EAF) - DO-rated order under Defense Priorities and Allocations System (DPAS) - Place of Performance/Delivery: - NAVSUP WSS MECH, Mechanicsburg, PA federal facility
Description
CONTACT INFORMATION Location: 4 N744.4 WVD EMAIL ONLY: JAMES.E.LEWIS5@NAVY.MIL ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 INSPECTION AND ACCEPTANCE - SHORT VERSION 8 X X GENERAL INFORMATION-FOB-DESTINATION 1 A WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 RECEIVING REPORT AND INVOICE COMBO TBD N00104 TBD TBD TBD TBD TBD TBD TBD MONETARY LIMITATION REPAIR PURCHASE ORDERS 1 TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 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 ENERGY PROGRAM USE (APRIL 2008) 2 X 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. 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. 4. If requirement will be packaged at a location different from the offeror's address, and CAGE of the facility. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 7. Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the CONTROL VALVE. 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. 2.1.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer revisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: https://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 listed within CSD155 or elsewhere within this contract. 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 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD 21844N 35795 H B DOCUMENT REF DATA=MIL-STD-130 | | | N | 121116 | A | | 01 | 3. REQUIREMENTS 3.1 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. 3.1.2 RE-USEABLE PARTS - Any parts of the original assembly that are useable (replacement is not necessary), may be utilized as initially supplied. 3.1.3 NON-USEABLE PARTS - Any parts of the original assembly that are not usable (replacement is necessary) must be in accordance with this Contract, including all testing and military specification requirements. 3.1.4 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with 3 1/2 inch flanged steam control valve, in accordance with Leslie drawing 21844N, part number 21844N-3 (right hand control); , except as amplified or modified herein. 3.1.5 Additional SOW Requirements - N/A 3.2 Marking - This item must be physically identified in accordance with MIL-STD-130. 3.3 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. 3.3.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval by the 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 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. 3.3.2 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/ 3.3.3 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 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. 3.4 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. 4. QUALITY ASSURANCE 4.1 Notes to the Contractor - 4.1.1 The Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 The Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 The Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 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 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to prospective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.1.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.2 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e., Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can be obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare CenterCode 8410P, 101 Strauss AvenueIndian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting OfficerNAVSUP-WSSCode 873215450 Carlisle PikeP.O. Box 2020Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e., NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding OfficerNAVSUP-WSSCode 0095450 Carlisle PikeP.O. Box 2020Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e., NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding OfficerNAVSUP-WSSCode 1 Support Branch700 Robbins AvenuePhiladelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.3 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. - 10/20/2016 - Updated ECDS URL - May 16 2013 - Removed GSI from this Material; Additional Links: See Solicitation N0010426QNC60