Custom Tilter

SOL #: N6660426P0076Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NUWC DIV NEWPORT
NEWPORT, RI, 02841-1703, United States

Place of Performance

Place of performance not available

NAICS

Machine Shops (332710)

PSC

Hardware (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 20, 2025
2
Last Updated
Jan 30, 2026
3
Submission Deadline
Feb 4, 2026, 7:00 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 Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting proposals for the design, manufacture, and delivery of one Custom Tilter handling equipment. This is a 100% Total Small Business Set-Aside under NAICS Code 332710 (Machine Shops). The contract will be a Firm Fixed Price (FFP) purchase order, with delivery required by April 1, 2026. Quotes are due by February 04, 2026, at 1400 EST.

Scope of Work

The contractor will design, manufacture, and deliver a custom Tilter capable of safely repositioning three different sizes of stowage drums from a horizontal to a vertical position and vice versa. This equipment is crucial for supporting repair operations for thinline towed array handling equipment used on various submarine classes. Key performance standards include a minimum capacity of 8000 lbs, a 3HP, 230V/460V AC electric over hydraulic motor, a two-button handheld controller, and construction from high-strength steel. Specific design objectives include a square cut-out for drum access, forklift access points, removable steel V-blocks, tie-downs, and velocity fuses.

Deliverables & Requirements

Key deliverables include a Technical Data Package (TDP), comprising a finalized approved drawing, parts list, and electrical/hydraulic schematics. CMMC Level 2 (Self) is required prior to award for any contractor information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Offerors must also have an active Joint Certification Program (JCP) certification to access the Distribution D and Export Control designated drawings.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) purchase order.
  • Period of Performance: Delivery required by April 1, 2026.
  • Place of Performance: Contractor Facility.
  • Set-Aside: 100% Total Small Business Set-Aside (NAICS 332710).

Submission & Evaluation

Quotes must include shipping costs in the unit price and maintain a validity of no less than 60 days. The award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Past performance information in the Supplier Performance Risk System (SPRS) will be considered. Quotes must be submitted electronically via email to both elizabeth.a.peckham2.civ@us.navy.mil and amy.k.prisco.civ@us.navy.mil.

Key Dates

  • Submission Deadline: February 04, 2026, at 1400 Eastern Standard Time (EST).
  • Delivery Required By: April 1, 2026.

Contacts

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Dec 31, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 17, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Nov 25, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 20, 2025
View
Custom Tilter | GovScope