Loading...
N66604-26-Q-0302
Response Deadline
May 12, 2026, 6:00 PM(EDT)12 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis and solicitation prepared in accordance with the format in FAR part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-26-Q-0302.
This requirement is being solicited on an unrestricted basis as concurred with by the Naval Undersea Warfare Center Division, Newport’s (NUWCDIVNPT) Director of the Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 332420 – Metal Tank (Heavy Gauge) Manufacturing. The Small Business Size Standard is 750 Employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis a Pressure Vessel and Bulkhead. Required procurement of the following items is in accordance with (IAW) the Government’s drawings provided as an Attachment to this notice.
CLIN # - Item Description - Qty
0001 - Pressure Vessel, IAW Government Drawing 852601-1010 - 1
0002 - Bulkhead, IAW Government Drawing 852601-1011 - 1
Delivery is F.O.B. Destination, Newport, RI. The Government’s desired delivery date is October 5, 2026 or sooner.
Government’s required delivery date is 05-October-2026 or sooner.
Offerors shall include shipping cost into the unit price for each line above. A separate line for shipping will not be provided.
Quotes should include a validity date of no less than 60 days from due date for receipt of offers.
The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose quote is the lowest price technically acceptable. In order to be determined technically acceptable, the offeror shall submit the name of its source for the HR-1 powder with its quote for Government evaluation.
The offeror shall provide a written explanation on how the work was or is relevant to the work being quoted in this solicitation, including details about how it is similar in scope, magnitude, and complexity to the requirements of this solicitation.
The Government will also consider past performance information in the Supplier Performance Risk System (SPRS) where negative information within SPRS may render a quote being deemed technically unacceptable.
The CMMC level required by this RFQ is: CMMC Level 2 (Self). This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract. See Provision 252.204-7025 and Clause 252.204-7021, included in this RFQ.
The Offeror shall provide, in its offer, the CMMC unique identifier(s) (CMMC UIDs) issued by SPRS for each contractor information system that will process, store, or transmit FCI or CUI during performance of the contract resulting from this RFQ.
This requirement contains drawings that are designated Distribution D and Export Controlled which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration.
To obtain a copy of the drawings, submit a request by email to danielle.n.hamilton4.civ@us.navy.mil. Requests must be made by the company’s certified JCP custodian and must include a copy of the company’s DD2345, this solicitation #, company name, complete company address, CAGE code, point of contact, telephone number, and e- mail address.
Additionally , in accordance with DFARS supplement rule 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements), only offerors with a summary level score of a National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment, of not more than three (3) years old from the date of this combined synopsis and solicitation, posted in the Supplier Performance Risk System (SPRS) will be eligible to receive a copy of the drawings.
The following FAR provisions and clauses apply to this solicitation:
52.204-13, System for Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services
52.222-50, Combating Trafficking in Persons
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-4, Applicable Law for Breach of Contract Claim
52.240-90, Security Prohibitions and Exclusions Representations and Certifications
DFARS:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7021, Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement
252.204-7025, Notice of Cybersecurity Maturity Model Certification Level Requirements
252.225-7048, Export-Controlled Items
252.232-7010, Levies on Contract Payments
252.246-7008, Sources of Electronic Parts
Additional terms and conditions:
In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI.
The Government’s method of payment will be electronic payment via Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far.
The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.
Questions and quotations must be submitted via electronic submission to Danielle Hamilton at danielle.n.hamilton4.civ@us.navy.mil. Questions must be received by 05/07/2026, 02:00PM EST; quotes must be received on or before 05/12/26 at 02:00PM EST. Questions and quotes received after these dates and times may not be considered for response and award.
Attachments:
Attachment 1: Drawing 852601-1010_A-HULL-LAH_TANK-REMUS_600
Attachment 2: Drawing 852601-1011_A-BULKHEAD-LAH_TANK-REMUS_600
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
NAVSEA WARFARE CENTER
NUWC DIV NEWPORT
NUWC DIV NEWPORT
1176 HOWELL ST
NEWPORT, RI, 02841-1703
NAICS
Metal Tank (Heavy Gauge) Manufacturing
PSC
STORAGE TANKS
Set-Aside
No Set aside used