Balance Arbor IDIQ

SOL #: N6449826R00012Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC PHILADELPHIA DIV
PHILADELPHIA, PA, 19112-1403, United States

Place of Performance

Philadelphia, PA

NAICS

Other Nonferrous Metal Foundries (except Die-Casting) (331529)

PSC

Ship And Boat Propulsion Components (2010)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Feb 18, 2026, 10:00 PM

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) has issued a Solicitation (RFP) N6449826R0012 for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to manufacture and inspect large/intermediate type universal dummy hubs. This opportunity, with an estimated total contract value of $50 million, requires a 48% Small Business Participation Commitment. Proposals are due by February 18, 2026, at 05:00 PM EST.

Scope of Work

The contract requires the manufacture and inspection of large/intermediate universal dummy hubs. Each assembly includes the dummy hub, adaptor plate sets, mounting hardware, lifting/handling/leveling hardware, and crating for shipping and storage. Key tasks involve pre-crated and post-crated visual inspections, full dimensional inspections, packaging, and providing certification forms for each assembly. Contractors must also provide monthly status updates and ensure welding procedures and personnel qualifications meet specified standards. Cybersecurity Maturity Model Certification (CMMC) Level 2 - Self compliance is mandatory for systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ)
  • Ordering Period: Five (5) years from contract award
  • Period of Performance: Six (6) years from contract award
  • Guaranteed Minimum: One (1) each of CLIN 0001 (Intermediate Balance Arbor)
  • Contract Ceiling: Cumulative value of CLIN 0001 (ordering periods one and five) and CLIN 0002 (ordering period five).
  • Estimated Total Contract Value: $50,000,000 (based on Small Business Participation Commitment Document)
  • Place of Performance: Philadelphia, PA, United States

Set-Aside & Small Business Requirements

While no specific set-aside is designated, the solicitation includes a price evaluation preference for HUBZone Small Business Concerns. Offerors are required to submit a Small Business Participation Commitment Document (Attachment 1), detailing a proposed 48% ($24,000,000) small business participation across direct labor and other direct costs.

Submission & Evaluation

Proposals must be submitted electronically through the PIEE PSM Module/Portal (https://piee.eb.mil), using the correct Notice ID N6449826R0012. The evaluation will utilize 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.

Key Updates & Notes

  • The response due date has been extended to February 18, 2026, 05:00 PM EST.
  • Attachment 3 (Questions and Answers) clarifies that commercially available off-the-shelf (COTS) hardware items (e.g., screws) are permissible with a vendor certificate of compliance. It also notes updated crate drawings to include additional boxes for mounting hardware storage.
  • Offerors must use the revised Attachment 2_PRICE SHEET (REV1) for pricing CLIN 0001 (Intermediate Balance Arbor) and CLIN 0002 (Large Universal Balance Arbor) across five ordering periods.
  • Required deliverables include various Contract Data Requirements Lists (CDRLs) for Contract Status Reports, Test/Inspection Reports, and Requests for Variances.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Mar 13, 2026
View
Version 7
Solicitation
Posted: Mar 3, 2026
View
Version 6
Solicitation
Posted: Feb 16, 2026
View
Version 5Viewing
Solicitation
Posted: Jan 29, 2026
Version 4
Solicitation
Posted: Jan 14, 2026
View
Version 3
Solicitation
Posted: Jan 9, 2026
View
Version 2
Solicitation
Posted: Dec 18, 2025
View
Version 1
Solicitation
Posted: Dec 10, 2025
View