Tension Belt Drogue Deployer Parts
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 quotes for Tension Belt Drogue Deployer parts under Request for Quotation (RFQ) N6660426Q0089. This is a 100% Small Business Set-Aside opportunity. The requirement includes various mechanical components, which must adhere to specific drawings, military specifications, and welding requirements. Quotes are due by February 18, 2026, at 11:00 a.m. EST.
Scope of Work
NUWCDIVNPT intends to purchase 17 distinct Contract Line Item Numbers (CLINs) for Tension Belt Drogue Deployer parts on a Firm Fixed Price (FFP) basis. Key items include: Lower and Upper Mounting Brackets, Turnbuckle Mounting Post, Lower and Upper Pulley Housings, Pulley Support Pins, Keeper Plate, 28-Tooth and 22-Tooth Pulley Assemblies, Spring Housing Body, End Cap, and Rod, Disc Springs, De-Tensioner Plate and Screw, and the Tensioned Belt Drogue Deployer. All parts must meet specified drawings, military specifications, and welding requirements.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Purchase Order.
- Delivery: F.O.B. Destination, Naval Station Newport, RI, 02841-1708.
- Payment: Unique Item Identifier (UID) required for items costing $5,000 or more (via WAWF); otherwise, credit card is preferred.
- Applicable Regulations: Incorporates various FAR and DFARS clauses, including those related to telecommunications equipment, cyber incident information, NIST SP 800-171, and supply chain risk.
Eligibility & Access
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 332710 (Small Business Size Standard: 500 employees).
- Product Service Code (PSC): 5340 (Hardware).
- Drawings Access: Drawings are Distribution D and Export Control. Offerors must have an active Joint Certification Program (JCP) certification and provide a DD2345 to access them. Requests for drawings should be emailed to Jennifer.m.vatousiou.civ@us.navy.mil, including company details, CAGE code, JCP number, and DD2345. Drawings will be transferred via DOD SAFE to the certified JCP custodian.
- Welding Certification: Offerors may submit a formal plan (draft WPS/PQR) to become certified for required welding processes.
Submission & Evaluation
- Evaluation Basis: Lowest Price, Technically Acceptable (LPTA).
- Technical Acceptability: Requires quoting specified quantities, meeting drawing/military specifications, JCP certification for drawing access, and potentially submitting a test coupon with newly certified Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for welding requirements.
- Quote Validity: Minimum of 30 days.
- Submission Method: Email offers directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
- Deadline: Wednesday, February 18, 2026, at 11:00 a.m. EST. Late offers may not be considered.
- Registration: Contractors must be registered in SAM.gov prior to award.
Contact Information
For acquisition information, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or 401-832-5265.