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 Division (NUWC) Keyport is soliciting proposals for Canadian Vehicle Liability Insurance services. This requirement is for one (1) Lot with four (4) option years, covering government-leased GSA vehicles operated by NUWC Keyport. The acquisition is conducted as a combined synopsis/solicitation under full and open competition. Proposals are due February 13, 2026, at 1:00 PM PST.
Scope of Work
The contractor will provide Canadian Vehicle Liability Insurance, including:
- Procuring and issuing Canadian Liability Insurance Cards for each insured vehicle.
- Providing continuous coverage for the contract duration.
- Reissuing or updating insurance cards upon vehicle replacement or reassignment.
- Maintaining accurate records of all insured vehicles.
- Deliverables include digital copies of insurance cards, an annual summary of covered vehicles, and full policy terms.
- Coverage requirements specify a Combined Single Limit of $1,000,000 for Covered Auto Liability and $25,000 for Auto Medical Payments.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: One base year plus four (4) one-year option periods, not exceeding five (5) years total.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 524126 (Size Standard: 500 employees).
- Response Due: February 13, 2026, 1:00 PM PST (extended by Amendment 0002).
- Published Date: February 4, 2026 (latest amendment).
Evaluation & Submission
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 required for award. All units of all items must be furnished. Offers, including completed RFQ and associated amendments, must be submitted 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. Offerors must have a current registration and completed representations and certifications in SAM.gov.
Additional Notes
This is not a renewal of a previous contract. Vehicles may travel into Canada approximately 3-4 times per year for 3-7 days. The government will promptly notify the contractor of vehicle changes. Vehicle #25, though registered in the US, is garaged at the CANADIAN FORCES MARITIME EXP TEST RANGE, NANOOSE BAY, BC, CA, when in Canada.