Custom Tilter
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 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
- Primary: Elizabeth Peckham (elizabeth.a.peckham2.civ@us.navy.mil, 4018328962)
- Secondary (Shutdown Quotes): Amy Prisco (amy.k.prisco.civ@us.navy.mil, 4018328503)