Lift Lines

SOL #: N6660426Q0175Combined Synopsis/SolicitationSole Source

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

All Other Transportation Equipment Manufacturing (336999)

PSC

Blocks, Tackle, Rigging, And Slings (3940)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Submission Deadline
Mar 26, 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) intends to award a Firm Fixed Price purchase order for five (5) Lift Lines (green), Part #: SLR2-1. This is a sole source requirement for Peck & Hale, L.L.C. products, justified by their unique exterior anti-abrasion coating, extensive testing, and proven performance for torpedo recovery. Quotes are due March 26, 2026.

Scope of Work

The requirement is for five (5) specialized Lift Lines, Part #: SLR2-1. These lines are critical for torpedo recovery missions, featuring a unique anti-abrasion urethane coating that has undergone extensive testing and a four-year observation period to ensure mission compliance. The government has determined that testing and approving another manufacturer's lift lines would cause unacceptable additional costs and schedule delays.

Contract & Timeline

  • Type: Firm Fixed Price Purchase Order (Combined Synopsis/Solicitation - RFQ N66604-26-Q-0209)
  • Set-Aside: Sole Source (not competitive)
  • NAICS: 336999 (All Other Transportation Equipment Manufacturing)
  • Small Business Size Standard: 1,000 employees
  • Delivery: F.O.B. Destination to Newport, RI 02841, on or before 20 weeks after receipt of award. Shipping charges must be included.
  • Quote Due: March 26, 2026, at 1400 Eastern Time.
  • Published: March 18, 2026.

Evaluation

Award will be made using a Lowest Priced, Technically Acceptable (LPTA) methodology. Offerors must include all required documentation to be considered technically acceptable.

Key Requirements

  • Cybersecurity Maturity Model Certification (CMMC): Level 1 (self) is applicable. Offerors must have a Level 1 or above Self Assessment uploaded to the Supplier Performance Risk System (SPRS) module on the PIEE website.
  • SAM Registration: Required prior to award (www.sam.gov).
  • Quote Content: Must include price, delivery terms, point of contact (phone number and email address), contractor CAGE code, and Unique Entity Identification (UEID).
  • Payment: Via Electronic Payment through Wide Area Workflow (WAWF). Unique Item Identifier (UID) required for all delivered items with a unit acquisition cost of $5,000.00 or more.

Contact

For information, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
Lift Lines | GovScope