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 Solicitation N6449826R0012 for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the manufacture and inspection of large/intermediate type universal dummy hubs, known as the Balance Arbor IDIQ. This opportunity is for performance in Philadelphia, PA. Proposals are due by March 24, 2026, at 05:00 PM EST.
Scope of Work
The contract requires the manufacture of large/intermediate type universal dummy hubs. Each dummy hub assembly must include a dummy hub, adaptor plate sets, mounting hardware, lifting/handling/leveling hardware, and crating for shipping and storage. Key deliverables also include pre-crated and post-crated visual inspections, full dimensional inspections, packaging and crating per specified drawings, and certification forms for each assembly. Contractors must provide monthly status updates and adhere to welding procedures and personnel qualifications. Cybersecurity Maturity Model Certification (CMMC) Level 2 self-compliance is required for systems processing FCI or CUI. Clarifications indicate that COTS hardware (e.g., screws) can be used but 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: 5 years from contract award
- Period of Performance: 6 years from contract award
- Guaranteed Minimum: One (1) each of CLIN 0001 (Intermediate Balance Arbor)
- Set-Aside: No specific set-aside, but includes a price evaluation preference for HUBZone Small Business Concerns and Small Business Participation Commitment is a key evaluation factor.
- Product/Service Code: 2010 (Ship And Boat Propulsion Components)
Submission & Evaluation
Proposals must be submitted electronically through the PIEE PSM Module/Portal (https://piee.eb.mil), referencing Notice ID N6449826R0012. 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. Bidders must complete the Pricing Sheet (Attachment 2 REV1) for CLINs 0001 and 0002 across five ordering periods and the Small Business Participation Commitment Document (Attachment 1).
Key Dates
- Published Date: December 10, 2025 (original solicitation)
- Proposal Due Date: March 24, 2026, 05:00 PM EST (latest amendment)
Contacts
- Primary: Grace Haley (grace.k.haley.civ@us.navy.mil, 445-286-0691)
- Secondary: Anthony J. Piccari (Anthony.J.Piccari.civ@us.navy.mil, 215-897-1390)