Canadian Vehicle Liability Service

SOL #: N0025326Q7006Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL UNDERSEA WARFARE CENTER
KEYPORT, WA, 98345-7610, United States

Place of Performance

Keyport, WA

NAICS

Direct Property and Casualty Insurance Carriers (524126)

PSC

Non Government Insurance Programs (G009)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 6, 2026, 9:00 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 Department of the Navy, Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for Canadian Vehicle Liability Insurance for government-leased GSA vehicles. This requirement, issued as a Combined Synopsis/Solicitation (RFQ N0025326Q7006), seeks a contractor to provide comprehensive insurance services for vehicles traveling into Canada. Offers are due by February 6, 2026, at 01:00 PM.

Scope of Work

The selected contractor will be responsible for procuring and issuing Canadian Liability Insurance Cards for each insured vehicle, ensuring continuous coverage for the contract duration. Key tasks include reissuing or updating insurance cards upon vehicle replacement or reassignment, and maintaining accurate records of all insured vehicles. Deliverables include digital insurance cards, an annual summary of covered vehicles, and full policy terms. Required coverage includes a Combined Single Limit of $1,000,000 for Covered Auto Liability and $25,000 for Auto Medical Payments. Vehicles are expected to travel into Canada approximately 3-4 times per year, with trips lasting 3-7 days.

Contract & Timeline

  • Type: Firm Fixed Price
  • Duration: One base year with four (4) one-year option periods, for a total potential duration of five (5) years.
  • Set-Aside: Unrestricted (Full and Open Competition)
  • NAICS: 524126 (Size Standard: 500 employees)
  • Offer Due: February 6, 2026, 01:00 PM
  • Published: January 21, 2026

Evaluation

Award will be based on a "best value" trade-off analysis, considering technical acceptability, price, and past performance (quality and delivery). Offers must be technically acceptable to be considered. A CMMC Level 1 (Self) status is a mandatory requirement for award. All units of all items must be furnished.

Submission & Additional Notes

Offers must be submitted via email to naomi.n.newton2.civ@us.navy.mil and brook.m.smith.civ@us.navy.mil. The attached solicitation (RFQ N0025326Q7006) must be filled out in its entirety; company quote forms will not be accepted. Offerors must have a current registration and completed representations and certifications in the System for Award Management (SAM) at sam.gov. The solicitation includes numerous FAR and DFARS clauses.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
Canadian Vehicle Liability Service | GovScope