SOLICITATION NOTICE
49 -- Refurbishment of Torque Motor Magnetic Field Ring Assemblies
- Notice Date
- 7/16/2025 8:15:54 AM
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025325R7006
- Response Due
- 9/15/2025 3:00:00 PM
- Archive Date
- 03/15/2026
- Point of Contact
- Rebecca Jett
- E-Mail Address
-
rebecca.a.jett.civ@us.navy.mil
(rebecca.a.jett.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PROCUREMENT SYNOPSIS Solicitation N0025325R7006 Naval Undersea Warfare Center Division (NUWC) Keyport intends to issue an Indefinite-Delivery-Indefinite-Quantity (IDIQ), solicitation for the refurbishment and repopulation of four (4) types of Government supplied magnetic rings: Plated Steel Elevation Magnet Rings Stainless Steel Elevation Magnet Rings Plated Steel Azimuth Magnet Rings Stainless Steel Azimuth Magnet Rings For each item, in accordance with the Statement of Work (SOW) and associated drawings, there are: First Article Testing lot (Quantity two (2) each) Production lot Ordering Period 1 (Quantity 125 each) Production lot Ordering Period 2 (Quantity 127 each) Production lot Ordering Period 3 (Quantity 127 each) Production lot Ordering Period 4 (Quantity 127 each) Production lot Ordering Period 5 (Quantity 127 each) This requirement is being issued as a synopsis / advanced notice for non-commercial items in accordance with FAR 15. The government will award one (1) firm fixed price type contract. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The proposed contract is 100% set-aside for Small Business. Applicable North American Industry Classification System (NAICS) code for this requirement is 336412 and has a size standard of 1500 employees. Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/ and update their data custodian information at cage.dla.mil. Restricted drawings and technical information are available through SAM.GOV. All controlled access requests regarding the solicitation should be submitted in writing as soon as practicable after receipt of solicitation, and no later than fourteen (14) days prior to the solicitation closes. Controlled access requests submitted after the deadline will undergo review and NIST/JCP evaluation; however, access may not be returned by the close of the solicitation. Once the solicitation closes no further access will be granted. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after release of this solicitation, and no later than seven (7) business days prior to the solicitation closes. Questions submitted after the deadline will be submitted to the technical department; however, answers may not be returned by the close of the solicitation. Solicitation close date will not be extended based on late questions and answers. Offers received after the Solicitation close date will be deemed non-compliant and not considered. Questions and Offers should be submitted via e-mail to: Rebecca.A.Jett.Civ@US.Navy.Mil . No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete the following may render an offer nonresponsive and result in rejection. Quote all CLINs Complete all representations and certifications found within the solicitation Return the signed solicitation (and any signed amendments if applicable) in whole Respond prior to the closing date and time established Quote Expiration date should be no less than 300 days as noted in Section L. All details regarding the vendor offer shall be documented in the RFQ. The government terms and conditions (T&C�s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFARS). It is preferred that company T&C�s not be included with your quote submittal as many company T&C�s are inconsistent with federal law and unenforceable. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html . The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ a Federal government owned website.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ae56fbfec9848a4b43a5ff0e3079902/view)
- Place of Performance
- Address: Keyport, WA 98345, USA
- Zip Code: 98345
- Country: USA
- Zip Code: 98345
- Record
- SN07511948-F 20250718/250716230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |