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) for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract titled "Balance Arbor IDIQ." This opportunity seeks a contractor for the manufacture and inspection of large/intermediate type universal dummy hubs for ship and boat propulsion components. Proposals are due by March 4, 2026, at 05:00 PM EST.
Scope of Work
The awarded contractor will be responsible for manufacturing and inspecting universal dummy hub assemblies. Each assembly includes the Dummy Hub, Adaptor Plate Sets, Mounting Hardware, Lifting/Handling/Leveling Hardware, and Crating for Shipping & Storage. Key tasks involve pre-crated and post-crated visual inspections, full dimensional inspections, and packaging/crating according to specified drawings. Offerors must also provide certification forms for each assembly, monthly status updates, and demonstrate qualified welding procedures and personnel. Cybersecurity Maturity Model Certification (CMMC) Level 2 self-compliance is required for systems processing FCI or CUI. Clarifications indicate that COTS hardware items (e.g., screws) require a certificate of compliance, and updated crate drawings now include additional boxes for mounting hardware storage.
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.
- Contract Ceiling: Cumulative value of CLIN 0001 (ordering periods one and five) and CLIN 0002 (ordering period five).
- Set-Aside: Price evaluation preference for HUBZone Small Business Concerns. The Small Business Participation Commitment Document indicates a Total Contract Value (TCV) of $50,000,000 with a proposed Small Business participation goal of 48% ($24,000,000).
- CDRLs: Includes requirements for a Monthly Contract Status Report (A001), Test/Inspection Report (A002), and Request for Variances (A003).
Submission & Evaluation
Proposals must be submitted electronically through the PIEE PSM Module/Portal (https://piee.eb.mil), using the correct Notice ID 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 procedures and personnel will be rated Acceptable/Unacceptable.
Key Dates
- Proposal Due Date: March 4, 2026, 05:00 PM EST.
- Published Date: February 16, 2026.
Contacts
- Primary: Grace Haley (grace.k.haley.civ@us.navy.mil)
- Secondary: Anthony J. Piccari (Anthony.J.Piccari.civ@us.navy.mil)