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) 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.