Active Solicitation · DEPT OF DEFENSE

    VALVE ASSEMBLY

    Sol. N0010426QLB46SolicitationMECHANICSBURG, PA
    Open · 20d remaining
    DAYS TO CLOSE
    20
    closes May 13, 2026
    POSTED
    Apr 23, 2026
    Publication date
    NAICS CODE
    332911
    Primary industry classification
    PSC CODE
    4810
    Product & service classification

    AI Summary

    This opportunity is a Request for Quotation (RFQ) for valve assembly repair services issued by the Department of Defense, specifically the Navy. Contractors are required to provide a quote including repair turnaround time and pricing. Government Source Inspection is mandatory, and the contract may include an option quantity. Interested bidders should verify nomenclature and part numbers before responding.

    Contract details

    Solicitation No.
    N0010426QLB46
    Notice Type
    Solicitation
    Posted Date
    April 23, 2026
    Response Deadline
    May 13, 2026
    NAICS Code
    332911AI guide
    PSC / Class Code
    4810
    Primary Contact
    Joseph D. Weaver
    State
    PA
    ZIP Code
    17050-0788
    AI Product/Service
    service

    Description

    CONTACT INFORMATION|4|N713.26|GL0|(771) 229-1473|JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL|ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE & RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||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|| 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 ENRGY PROGAM USE (APRIL 2008))|2||X|This solicitation is issued pursuant to Emergency Acquisition Flexibilities
    (EAF).
    ** CASREP ** ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL
    COST TO GOVERNMENT.
    All freight is FOB Origin.
    This RFQ is for repair. The resultant award of this solicitation will be
    issued bilaterally, requiring the contractor’s written acceptance prior to
    execution. Verify nomenclature, part number, and NSN prior to responding.
    The Government is seeking a Repair Turnaround Time (RTAT) of: 63 Days
    Government Source Inspection (GSI) is required.
    Please note freight is handled by Navy CAV or Proxy CAV as stated in
    NAVSUPWSSFA24 or NAVSUPWSSFA25.
    Your quote should include the following information:
    ***************QUOTE AMOUNT AND RTAT ***************
    *Check one: Firm-fixed-Price ___ Estimated ___ NTE ___
    Unit Price:__________
    Total Price:__________
    Repair Turnaround Time (RTAT): _______ days
    If your company is not quoting the Government’s Required Repair TurnaroundTime (RTAT) or earlier, provide your company’s capacity constraints?
    _________________________________________________________________
    _________________________________________________________________
    _________________________________________________________________
    Repair Turnaround Time (RTAT): the resultant contractual delivery requirement
    is measured from asset Return to the date of asset acceptance under the terms
    of the contract. For purposes of this section, Return is defined as physical
    receipt of the F-condition asset at the contractor’s facility as reflected in
    the Action Date entry in the Commercial Asset Visibility (CAV) system. In
    accordance with the CAV Statement of Work, the contractor is required to
    accurately report all transactions by the end of the fifth regular business
    day after receipt and the Action Date entered in CAV must be dated to reflect
    the actual date of physical receipt. The Contractor must obtain final
    inspection and acceptance by the Government for all assets within the RTATs
    established in this contract.
    *Return Material Authorization # (RMA), if applicable:__________
    *Delivery Vehicle (if Delivery Order requested) (if your company has a current
    BOA/IDIQ, for example) :__________________
    ***************TESTING AND EVALUATION IF BEYOND REPAIR***************
    * T&E fee/price (if asset is determined BR/BER): If an item is determined BR,
    and the contractor provides documentation that costs were incurred during
    evaluation and determination of BR, the contracting officer will negotiate a
    reduced contract price, not-to exceed (NTE) $___________associated with the
    repair effort to reflect the BR status of the equipment.
    * The T&E fee (if asset is determined BR/BER) was determined/computed based
    on:______________________________________.
    ***************AWARDEE INFO & PERFORMANCE LOCATION***************
    Awardee CAGE: __________
    *Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________
    * Facility/Subcontractor CAGE (where the asset should be shipped), if not same
    as ""awardee CAGE"":__________
    *************** IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW***************
    *New unit price:__________
    *New unit delivery lead-time:__________
    IMPORTANT NOTE: Any asset for which the contractor does not meet the required
    RTAT will incur a price reduction per unit/per month the contractor is late -
    any delay determined to be excusable (e.g. Government Delay) will not result
    in a price reduction. If a price reduction is required due to unexcusable
    contractor delay, the Contracting Officer will implement the aforementioned
    price reduction via a ""reconciliation modification"" at the end of the
    contract performance. Price reductions made pursuant to this section shall
    not limit other remedies available to the Government for failure to meet
    required RTATs, including but not limited to the Government’s right toterminate for default.
    In reference to the above important note, the contractor provides the
    following price reduction amount per unit per month the contractor does not
    meet the RTAT: $__________, up to a maximum of: $_________.
    The Government intends to add an option quantity to the resultant contract.
    In reference to the option quantity, the Government may increase the quantity
    of supplies called for in the Schedule at the unit price specified. The
    Contracting Officer may exercise the option by written notice to the
    Contractor within the number of days in FAR 52.217-6 herein. Delivery of the
    added items shall continue at the same rate as the like items called for under
    the contract, unless the parties otherwise agree. Yes______ No____
    INSPECTION AT ORIGIN
    ACCEPTANCE AT ORIGIN
    POC EMAIL: JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL

    Key dates

    1. April 23, 2026Posted Date
    2. May 13, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    VALVE ASSEMBLY is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.