Balance Arbor IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is soliciting proposals for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the manufacture and inspection of large/intermediate type universal dummy hubs. This opportunity, titled "Balance Arbor IDIQ," requires electronic submission via the PIEE PSM Module/Portal. Proposals are due by January 27, 2026.
Scope of Work
The contractor will be responsible for manufacturing and inspecting universal dummy hubs, including adaptor plate sets, mounting hardware, lifting/handling/leveling hardware, and crating for shipping and storage. Key deliverables include pre-crated and post-crated visual inspections, full dimensional inspections, packaging, certification forms for each assembly, and monthly status updates. Welding procedures and personnel qualifications are also required.
Contract Details
- Contract Type: Single Award, Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ).
- Ordering Period: Five (5) years from contract award.
- Performance Period: Six (6) years from contract award.
- Guaranteed Minimum: One (1) CLIN 0001.
- Contract Ceiling: Up to $50,000,000 (as indicated in the Small Business Participation Commitment Document).
- Place of Performance: Philadelphia, PA, United States.
- Set-Aside/Small Business: While not a specific set-aside, the solicitation includes a price evaluation preference for HUBZone Small Business Concerns and requires a Small Business Participation Commitment Document, with a proposed 48% ($24,000,000) total small business participation goal.
- Cybersecurity: CMMC Level 2 self-compliance is required for systems processing FCI or CUI.
Submission & Evaluation
Proposals must be submitted electronically through the PIEE PSM Module/Portal (https://piee.eb.mil). The correct Notice ID for submission is N6449826R0012. Evaluation will follow a Best Value Tradeoff source selection process. Evaluation factors, in descending order of importance, are: Estimated Completion Time, Past Performance, Small Business Participation Commitment, and Total Evaluated Price. Welding Procedure and Personnel will be rated Acceptable/Unacceptable. Offerors must acknowledge the latest amendment and comply with all revised attachments, including the updated pricing sheet (Attachment 2_PRICE SHEET (REV1).xlsx) and the Small Business Participation Commitment Document.
Key Dates & Contacts
- Proposal Due Date: January 27, 2026, at 22:00:00Z.
- Primary Point of Contact: Grace Haley (grace.k.haley.civ@us.navy.mil, 4452860691).
- Secondary Point of Contact: Anthony J. Piccari (Anthony.J.Piccari.civ@us.navy.mil, 2158971390).