Coil Forms
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, Newport (NUWCDIVNPT) is soliciting quotes for Build to Print Polycarbonate Parts, specifically 51 Coil Forms and 50 Mounting Blocks. This is a 100% Small Business Set-Aside opportunity. Quotes are due by March 26, 2026.
Scope of Work
NUWCDIVNPT intends to purchase on a Firm Fixed Price (FFP) basis:
- CLIN 0001: 51 Coil Forms, P/N 6764012, in accordance with Government drawing 6764012_53711_FN_A_D19-014.
- CLIN 0002: 50 Mounting Blocks, P/N 8625240, in accordance with Government drawing 8625240_53711_FN_C.
- CLIN 0003: Contract Data Requirements Lists (CDRLs), Not Separately Priced (NSP). Required deliveries are FOB destination NUWCDIVNPT Newport, RI, with shipping costs included in unit pricing.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332710 – Machine Shops.
- Small Business Size Standard: 500 employees.
- Anticipated Award: April 2026.
Submission & Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. To be considered technically acceptable, quotes must include:
- Delivery Lead Time: Indication of best delivery lead time.
- Technical Capability: A planned technical approach addressing equipment for manufacture/inspection, major process steps (detailing annealing), and a report of recent, relevant similar performances (max 3 references, 2 pages).
- First Article Plan: A detailed approach for the First Article requirement, including producing and inspecting one unit of CLIN 0001 and one unit of CLIN 0002. This plan must describe the timeline and process, and confirm capability to produce a comprehensive First Article Inspection Report (FAIR) compliant with AS9102, including thorough documentation, material/process certifications, and inspection/measurement results. Offerors must also describe their Quality Management System (QMS), Process Control, and Measurement Capability.
- Past Performance: The Government will consider past performance information within the Supplier Performance Risk System (SPRS).
Cybersecurity & Technical Data Access
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to award for systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Offerors must provide CMMC unique identifier(s) (CMMC UIDs) from SPRS.
- Technical Drawings: Documents are designated as Distribution Statement D/Export Controlled. Access requires a valid Joint Certification Program (JCP) certification and a NIST SP 800-171 DoD Assessment (not more than three years old) posted in SPRS. JCP Custodians must email Amy.K.Prisco.civ@US.Navy.mil with a copy of their DD2345 to request drawings.
Key Dates & Contact
- Quotes Due: March 26, 2026, 6:00 PM EST.
- Submission Method: Electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil.
- Contact: Amy Prisco, amy.k.prisco.civ@us.navy.mil, 4018328503.
Additional Notes
Offerors must have an active registration in SAM at the time of quote submission. Quotes must include item prices (including shipping), delivery terms, delivery lead times, point of contact, Contractor CAGE Code, and Contractor SAM Unique Entity ID, with a validity date of no less than 90 days. Unique Item Identifiers (UID) are required for items with a unit acquisition cost of $5,000.00 or more. Payment will be via Wide Area Workflow (WAWF).