Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOLICITATION NOTICE

34 -- Large Machined Titanium Rings

Notice Date
10/23/2025 11:38:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660426Q0030
 
Response Due
10/31/2025 11:00:00 AM
 
Archive Date
11/15/2025
 
Point of Contact
Amy Prisco, Phone: 4018328503
 
E-Mail Address
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
RFQ # N6660426Q0030 This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. The Request for Quote (RFQ) number is N66604-26-Q-0030. This requirement is being solicited as a 100% Small Business Set Aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 332710 � Machine Shops. The Small Business Size Standard is 500 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis two (2) Support Rings, in accordance with Government drawing(s) supplied upon request via instructions below. For the purposes of quoting this opportunity, the Contract Line-Item Number (CLIN) structure is identified below: CLIN 0001, Quantity 6, Titanium Support Ring, in accordance with (IAW) Government drawing(s) MA001674 and the following: 1. Inspection: The contractor shall perform a 100%-dimensional inspection on all pieces using a coordinate measuring machine (CMM) to conduct 100% inspection of all parts including flatness and profile requirements. a) The contractor shall include in the crate variables inspection data at time of delivery. The contractor shall also include all material certification received for parts purchased from vendors with inspection data. The government reserves the right to inspect all production parts. 2. Shipping: The contractor provided covered wooden crate shall have a floor base constructed from plywood �� thick minimum with skids mounted to the bottom. Each contractor provided crate shall contain two parts total. Upon crating by the contractor all parts shall be cushioned and secured to prevent rubbing and damage. The contractor provided crate assembly shall meet the requirements of ASTM D3951-98. Required deliveries made under this contract shall be FOB destination NUWCDIVNPT Newport, RI. This requirement contains drawings that are designated as Distribution Statement D/Export Controlled. Distribution is authorized to the Department of Defense (DoD) and United States DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawing. To obtain access to the drawing, the offeror�s JCP Custodian shall email amy.k.prisco.civ@us.navy.mil and attach a copy of the company�s valid DD2345. The request must be sent by the JCP Custodian; the drawing will not be provided to any other points of contact. Once JCP certification and JCP custodian are confirmed, the drawing will be sent to the JCP Custodian via DoD SAFE. Award will be made to the Lowest Price Technically Acceptable offeror. To be considered technically acceptable, quote packages must include: 1. Anticipated award date: December 12, 2025. Deliver lead time shall not exceed more than 28-weeks. Early and partial deliveries are acceptable. 2. Past Performance: (a) The Offeror shall provide three (3) past performance references, if available, that reflect recent and relevant experience performed within the last three (3) years of the closing date of the solicitation for this requirement. The Past performance reference shall demonstrate the ability to handle work performed under this solicitation. The Offeror shall include contract number, order type, program name, total contract/order cost, and names, valid email addresses, and telephone numbers for the Procuring Contract Officer (PCO). The Offeror shall also provide names, valid email addresses, and telephone numbers for the Contracting Officer's Representative (COR), and Government Program Manager (PM), if applicable. The Offeror shall identify its role as either a prime contractor or a subcontractor on the referenced contract. If the Offeror was a subcontractor on the reference, then the Offeror shall provide an explanation of its role in contract performance as well as the dollar value of its subcontract. The Offeror shall provide a written explanation describing the work that was performed and how the work was or is relevant to the work being proposed in this solicitation. The Offeror may provide information on problems encountered on the identified contract/order and the Offeror's corrective actions. (b) The past performance reference shall not exceed one (1) page. If the Offeror does not have any recent and relevant past performance references available, the Offeror shall submit a statement indicating as such. 3. Standard machining requirements: Vendor shall include a list of the primary equipment that will be used to complete the subject requirement, to include the models and brands of: (a) Standard computerized numerical control (CNC) machining equipment, and; (b) Coordinate measuring machine (CMM), and shall demonstrate it possesses the expertise required in the fabrication and inspection of precision machined parts including flatness and profile requirements. In addition, if any of this equipment/capability will be provided by subcontractors/vendors the offeror shall describe any risks/impacts this arrangement might have on the schedule. Additionally, the Government will consider past performance information within the Supplier Performance Risk System (SPRS) whereby any negative information may render a quote deemed technically unacceptable. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov. The following FAR clauses and provisions apply to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020); 52.212-1, Instructions to Offerors--Commercial Item (Jun 2020) (Deviation 2018-O0018); 52.212-2, Evaluation � Commercial Items; FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items CD 2025-O0003; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items CD 2025-O0003; 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities. The following DFARS provisions and clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Dev, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Additional terms and conditions: Contractor MUST have an active registration in SAM at the time of quote submission. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. The Government�s method of payment will be electronic payment via Wide Area Workflow (WAWF). Offeror shall include item prices to include shipping costs, delivery terms, delivery lead times, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor SAM Unique Entity ID. Quotes should include a validity date of no less than 90 days from due date for receipt of offers. Quotes shall be submitted electronically via email to Amy Prisco at Amy.K.Prisco.civ@US.NAVY.mil and must be received on or before October 31, 2025 at 2:00pm Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Amy.K.Prisco.civ@US.NAVY.mil. Attachments: By request via instructions above: Applicable Government Drawing(s)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/77ad33205ce447f78635e359de39f6ab/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07626625-F 20251025/251023230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.