DIVE TRAILER
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 Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, MD, is soliciting quotes for a DIVE TRAILER via a Combined Synopsis/Solicitation. This is a Small Business Set-Aside and intends to award a Firm Fixed Price (FFP) purchase order using Simplified Acquisition Procedures. The acquisition is identified under RFQ no. N0017426Q1014. Quotes are due by January 28, 2026, at 08:00 AM EST.
Scope of Work
This procurement is for a DIVE TRAILER, which must meet specific technical specifications detailed in the Statement of Work. Key features include a triple axle, torsion suspension, electric tongue jack, LED lighting, aluminum sides, a side door with bar lock and recessed step, flat floor, ramp with transition flap, rubber diamond plate flooring, dual cable ramp assist, interior light, smooth aluminum fenders, electric brakes, plywood walls and floors, a roof vent, and a stone guard.
Offerors must comply with NIST 800-171 requirements, including System Security Plan (SSP) and Plans of Action and Milestones (POAM) reviews. Cyber incident reporting to the Department of Defense Cyber Crimes Center (DC3) and cooperation with NCIS are also required. Delivery is expected on or before April 3, 2026, with inspection and acceptance at the destination. Electronic invoicing will be via Wide Area WorkFlow (WAWF).
Contract Details
- Contract Type: Firm Fixed Price (FFP) purchase order
- Solicitation Number: N0017426Q1014
- NAICS Code: 336212 (Business Size Standard: 1,200 employees)
- Set-Aside: Small Business Set-Aside
- Place of Performance: Indian Head, MD 20640
- Published Date: January 12, 2026
Submission & Evaluation
Quotes are due by January 28, 2026, at 08:00 AM EST. Late quotes will not be considered. Quote packages must be emailed to Francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil. Submissions must include a cover sheet with the Official Company Name, Point of Contact (name and phone number), DUNS number, and CAGE Code.
Award will be made to the responsible vendor whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. The Government intends to award without discussions, but reserves the right to conduct them if necessary.
Evaluation Factors (in order of importance):
- Technical: Quotes must reflect required specifications in the Statement of Work.
- Price: Quotes must include all applicable costs.
Special Requirements & Deadlines
- Technical Drawings Request: Must be requested via email to Francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil by January 28, 2026, 08:00 AM EST. Access to these drawings requires Joint Certification Program (JCP) certification (DD Form 2345) due to export-controlled technical information.
- Cybersecurity Maturity Model Certification (CMMC): Offerors must meet the specified CMMC level (to be inserted by the Contracting Officer) and have a current CMMC status in SPRS prior to award. CMMC unique identifier(s) must be provided in the proposal.
- Questions Deadline: Submit via email to Francine.l.keys.civ@us.navy.mil and marlene.l.ridgell.civ@us.navy.mil by January 23, 2026, 08:00 AM EST. Responses will be provided by COB January 23, 2026.