Hydraulic Locking Cylinders and Guide Plates

SOL #: N6660426Q0214Combined 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
May 11, 2026
2
Submission Deadline
May 18, 2026, 6:00 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 Hydraulic Locking Cylinders and Guide Plates on a Firm Fixed Price (FFP) basis. This opportunity is a Total Small Business Set-Aside under NAICS 332710 (Machine Shops). Quotes are due by May 18, 2026.

Scope of Work

NUWCDIVNPT requires the purchase of:

  • Item 0001: Two (2) Locking Cylinders (P/N 8-52T-151)
  • Item 0002: Three (3) Guide Plates (P/N 8-52T-416)
  • Item 0003: Associated data in accordance with the Contract Data Requirements List (CDRL), DD Form 1423 (Attachment A), which is Not Separately Priced (NSP).

Specific requirements for part number 8-52T-151 include Monel K-500 material and marking per MIL-STD-130. Both parts require adherence to strict quality provisions, including Certificates of Compliance, Mercury Free Statements, Certificates of Analysis for raw materials, and Domestically Sourced Material certifications. A Vendor Information Request (VIR) form is provided for technical questions or non-conformances.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Set-Aside: Total Small Business (NAICS 332710, Size Standard: 500 employees)
  • Response Due: May 18, 2026, 6:00 PM EDT
  • Published Date: May 11, 2026
  • Delivery: F.O.B. Destination, Naval Station Newport, Rhode Island. Offerors must provide lead times.

Eligibility & Technical Requirements

Bidders must meet several critical requirements:

  • Active registration in the System for Award Management (SAM).
  • A valid Joint Certification Program (JCP) certification is required to access export-controlled drawings (Distribution D).
  • A NIST SP 800-171 DoD Assessment (summary level score, not older than three years) posted in the Supplier Performance Risk System (SPRS).
  • A Cybersecurity Maturity Model Certification (CMMC) Level 2 (self) assessment or higher, posted in SPRS, is also required to receive drawings.
  • Drop shipping from outside the United States is not acceptable.

Submission & Evaluation

This solicitation will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability criteria include quoting items per applicable part numbers/drawings/date, NIST registration, and CMMC Level 2 assessment in SPRS. Negative past performance information in SPRS may render a quote technically unacceptable.

Quotes and all attachments must be submitted electronically to Hannah Murphy at hannah.l.murphy7.civ@us.navy.mil by the closing date. Submissions must include item prices, shipping costs, delivery terms, a point of contact, and the Offeror's CAGE code.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026