Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOLICITATION NOTICE

93 -- Spiratex Hoses

Notice Date
12/10/2025 10:23:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660426Q0059
 
Response Due
12/19/2025 11:00:00 AM
 
Archive Date
01/03/2026
 
Point of Contact
Franklin Patton, Phone: 4018326525
 
E-Mail Address
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is intended as a sole source requirement to The Spiratex Co. (CAGE Code: 7U574). At this time, Spiratex is the only approved source of supply for thin line towed array hoses, as specified by Naval Sea Systems Command (NAVSEA). This solicitation is not a request for competitive quotes. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement in the future. Request for Quote (RFQ) Number is N66604-26-Q-0059. This procurement is sole source to a small business, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 326220; the Small Business Size Standard is 800 employees. The PSC is 9330 � �Plastics Fabricated Materials�, OCC 26.0. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items: CLIN 0001: Quantity of three (3) Custom Extruded Reinforced TPU Tubing (Blue) - Extra Thickness 58300, Part #: 2191C0371-F, in accordance with the technical drawing package; CLIN 0002: Quantity of three (3) Custom Extruded Reinforced TPU Tubing (Blue) - Extra Thickness 58300, Part #: 2190C0272-F, in accordance with the technical drawing package; CLIN 0003: Quantity of three (3) Custom Extruded Reinforced TPU Tubing (Blue) - Estane 58280, Part #: 2191C0371-1A, in accordance with the technical drawing package; CLIN 0004: Quantity of three (3) Custom Extruded Reinforced TPU Tubing (Blue) - Elastollan 1190A, Part #: 2191C0371-1B, in accordance with the technical drawing package; CLIN 0005: Quantity of sixty five (65) P/U Reinforced Towed Array Hose (Black), Part #: 77A120693-6 Rev.G, in accordance with the technical drawing package; CLIN 0006: Quantity of eighteen (18) Custom Extruded Estane 58280 TPU Resin Reinforced with PHP-Diolen, Part #: 2541C0105-1H, in accordance with the technical drawing package; CLIN 0007: Quantity of six (6) Custom Extruded Estane 58280 TPU Resin Reinforced with Dillion-GHT, Part #: 2541C0105-1I, in accordance with the technical drawing package; CLIN 0008: Quantity of eighteen (18) Custom Extruded Elastollan 1190A TPU Resin Reinforced with PHP-Diolen, Part #: 2541C0105-1J, in accordance with the technical drawing package; CLIN 0009: Quantity of four (4) Custom Extruded Elastollan 1190A TPU Resin Reinforced with Dillion-GHT, Part #: 2541C0105-1K, in accordance with the technical drawing package; CLIN 0010: Quantity of four (4) Custom Extruded Texin 985A TPU Resin Reinforced with PHP-Diolen PRF, Part #: 2541C0105-1L, in accordance with the technical drawing package; CLIN 0011: Quantity of four (4) Custom Extruded Elastollan 1185A TPU Resin Reinforced with PHP-Diolen, Part #: 2541C0105-1N, in accordance with the technical drawing package CLIN 0012: Data associated with CLINs 0001 � 0011, in accordance with the Contract Data Requirements List, Not Separately Priced (NSP). Delivery is F.O.B. Destination to Newport, RI 02841. Delivery must be within twenty five (25) weeks after receipt of order. Please include any applicable shipping charges for F.O.B. Destination in the unit prices. The quote submission shall include a breakdown to include the following elements of price, at a minimum: Direct labor Direct Material Other Direct Costs Indirect costs (OH, Fringe, G&A, material handling, etc) Profit Objective quality evidence including quotes, payroll journals, audits of indirect rates, basis of material lists, etc. to support the reasonability of the proposed price elements This requirement contains drawings that are designated Distribution D; therefore, they are export controlled. To access the Government documents, the Offeror must possess a valid Joint Certification Program (JCP) certification. In order to obtain access to the drawings, a valid DD 2345 form must be provided to the Request for Quote Point of Contact and the requests for the drawings shall come from the JCP Custodian; drawings will not be provided to other points of contact. 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. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.204-13 System for Award Management Maintenance. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation � Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (DEVIATION 2025-O0003 and 2025-O0004) The following DFARS clauses apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation. 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.211-7003 Item Identification and Valuation 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.232-7010 Levies on Contract Payments. 252.247-7023 Transportation of Supplies by Sea. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The following additional terms and conditions apply: 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. The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). 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 the following information with submissions: (1) Quote the required items, in the required quantities; (2) Provide proof that all items are shipped from the US, drop shipping is unacceptable; (3) Point of Contact (including name, phone number and email address); and, (4) Contractor CAGE Code and Unique Entity ID. The Government will consider past performance information, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. A quote received after the closing date and time specified may be ineligible for award. The quote shall be submitted via email to the email address below and must be received on or before 19 December 2025 at 1400 Eastern time. Offers received after the closing date and time are late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bfe9297df62e434395868e2ff89cb00b/view)
 
Record
SN07662483-F 20251212/251210230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.