Canadian Vehicle Liability Service
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 Undersea Warfare Center (NUWC) Keyport is soliciting for Canadian Vehicle Liability Insurance for government-leased GSA vehicles. This is a combined synopsis/solicitation (RFQ N0025326Q7006) for a Firm Fixed Price contract with a base year and four option years. Proposals are due February 6, 2026, 01:00 PM. This requirement is for a new contract, not a renewal.
Scope of Work
The contractor will be responsible for procuring and issuing Canadian Liability Insurance Cards for each insured vehicle, providing continuous coverage for the contract duration, reissuing cards upon vehicle replacement or reassignment, and maintaining accurate records of all insured vehicles. Required coverage includes a Combined Single Limit of $1,000,000 for Covered Auto Liability and $25,000 for Auto Medical Payments. Vehicles may travel into Canada approximately 3-4 times per year, with an average trip duration of 3-7 days.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Duration: 1 base year + 4 one-year option periods (total 5 years)
- Set-Aside: Unrestricted (Full and Open Competition)
- NAICS: 524126 (500 employees size standard)
- Place of Performance: Keyport, WA 98345
- Proposal Due: February 6, 2026, 01:00 PM (Pacific Standard Time, based on Keyport, WA)
- Published: January 26, 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.
Additional Notes
A CMMC Level 1 (Self) status is required for award. Offerors must have a current registration and completed representations and certifications in the System for Award Management (SAM.gov). All questions and offers must be submitted digitally via email to naomi.n.newton2.civ@us.navy.mil and brook.m.smith.civ@us.navy.mil. Company quote forms will not be accepted; all details must be documented in the RFQ.