SOLICITATION NOTICE
53 -- Build to Print Polycarbonate Parts
- Notice Date
- 3/12/2026 9:33:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660426Q0119
- Response Due
- 3/26/2026 11:00:00 AM
- Archive Date
- 04/10/2026
- Point of Contact
- Amy Prisco, Phone: 4018328503
- E-Mail Address
-
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment -0002 Please review N6660426Q0119-002 carefully as this solicitation has been amended. This amendment: adds a new CLIN with a new built to print component revises submission guidelines for Technically Acceptable Quotes extends the deadline to March 26, 2026 -------------------------------------------------------------------------------------------------- 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. The Request for Quote (RFQ) number is N66604-26-Q-0119-0002. This requirement is being solicited as a 100% Small Business Set Aside 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 is 332710 � Machine Shops. The Small Business Size Standard is 500 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis fifty-one (51) Coil Forms, and fifty (50) Mounting Blocks in accordance with Government drawing(s) supplied upon request via instructions below. For the purposes of quoting this opportunity, the Contract Line-Item Number (CLIN) structure is identified below. -------------------------------------------------------------------------------------------------- CLIN 0001, Quantity 51, Coil Forms, P/N 6764012, in accordance with (IAW) Government drawing 6764012_53711_FN_A_D19-014 CLIN 0002, Quantity 50, Mounting Blocks, P/N 8625240, in accordance with (IAW) Government drawing 8625240_53711_FN_C CLIN 0003, Quantity 1, Contract Data Requirements Lists (CDRLs) Not Separately Priced (NSP) Required deliveries made under this contract shall be FOB destination NUWCDIVNPT Newport, RI and any shipping costs shall be included in unit pricing. -------------------------------------------------------------------------------------------------- NOTE: This requirement contains documents that are designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawing. To obtain access to the drawing, the offeror�s JCP Custodian shall email Amy.K.Prisco.civ@US.Navy.mil and attach a copy of the company�s valid DD2345. The request must be sent by the JCP Custodian; the drawing will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the drawing will be sent to the JCP Custodian via DoD SAFE. 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. Further, in accordance with Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements, the CMMC level required by this RFQ is Level 2 (Self) as further outlined below. -------------------------------------------------------------------------------------------------- Award will be made to the Lowest Price Technically Acceptable offeror. To be considered technically acceptable, quote packages must include: 1. Indication of best delivery lead time. Anticipated award month: April 2026. 2. Technical Capability The contractor shall submit its planned technical approach to meet the requirements IAW with Government supplied drawings. At minimum, the contractor�s plan shall address the following: The contractor shall identify its equipment to be used for the manufacture and inspection of material. The contractor shall identify major process steps to be followed for the manufacture of material, detailing steps in the annealing process. The offeror shall submit a report of its recent, relevant similar performances, not to exceed three contractual references and two pages. References shall contain point of contact. If the Offeror does not have any recent and relevant past performance references available, the Offeror shall submit a statement indicating as such. 3. First Article To be considered technically acceptable, the offeror�s quote shall include a detailed description of its approach to the First Article requirement. The Government will evaluate this approach to determine the offeror�s capability to successfully manufacture the required items in accordance with the Government drawings. For offerors without recent and relevant past performance, this submission is essential for demonstrating capability. The offeror�s First Article plan shall address the following elements: First Article Test Requirement: The successful offeror shall be required to produce and inspect a First Article sample prior to commencing full production. The First Article shall consist of one (1) unit of CLIN 0001, Coil Form, and one (1) unit of CLIN 0002, Mounting Block. The offeror shall describe their timeline and process for this test in their quote. First Article Inspection Report (FAIR): A comprehensive FAIR must be delivered with the First Article samples. The offeror�s quote shall confirm their capability to produce a FAIR that, at a minimum, includes: Thorough Documentation: Verification of every design characteristic and requirement on the applicable Government drawing (e.g., dimensions, tolerances, materials, finishes, and notes). The format shall be compliant with the AS9102 standard. Material and Process Certification: Inclusion of all supporting documentation, such as material certifications and records for all special processes (e.g., annealing). Inspection and Measurement Results: Complete and organized records of all measurement and inspection results, demonstrating full compliance with specifications. Quality and Process Capability: The offeror�s quote must provide a description of the systems and processes that will be used to ensure a successful First Article and subsequent production run. This description must include: Quality Management System (QMS): A summary of the QMS used to control quality. While formal certification (e.g., ISO 9001, AS9100) is not a mandatory prerequisite for award, the offeror must describe its documented quality procedures and how they establish repeatable manufacturing processes. Process Control: A description of how manufacturing processes will be monitored and controlled to ensure stability and capability. This should include an overview of the planned manufacturing steps and identify any use of Statistical Process Control (SPC) for critical features. Measurement Capability: A description of the calibrated and appropriate measuring tools and equipment to be used for verifying that all parts meet design specifications. Failure to provide a complete and satisfactory description of the First Article plan may result in the quote being deemed technically unacceptable. Additionally, the Government will consider past performance information within the Supplier Performance Risk System (SPRS) whereby any negative information may render a quote deemed technically unacceptable. -------------------------------------------------------------------------------------------------- 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. The following FAR clauses and provisions apply to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020); 52.212-1, Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018); 52.212-2, Evaluation � Commercial Items; FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items CD 2025-O0003; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items CD 2025-O0003; 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities. The following DFARS provisions and clauses apply to this solicitation: 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 Dev, Safeguarding Covered Defense Information and Cyber Incident Reporting; 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; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations; 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020); 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020); 252.204-7021 Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements (NOV 2025) 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. 252.204-7023 Reporting Requirements for Contracted Services; 252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. -------------------------------------------------------------------------------------------------- Additional terms and conditions: Contractor MUST have an active registration in SAM at the time of quote submission. 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 Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Offeror shall include item prices to include shipping costs, delivery terms, delivery lead times, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 90 days from due date for receipt of offers. Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY. Attachments: Contract Requirement Data Lists (CDRLs) VIR: Vendor Information Request, TAHEF Form 007 Rev C RIR: Receipt Inspection Report, TAHEF Form 008 Rev C ASTM D3925-21_2021-12-01 ASTM E1417_E1417M_2025-09-19 MIL-STD-130N_with_Change-1_2012-11-16 By request via instructions above: Applicable Government Drawing(s)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/42ca6944cf0f42fdb3e811ce81e052ee/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07743537-F 20260314/260312230048 (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 |