SOLICITATION NOTICE
20 -- Thrusters, Rim Drive Technologies
- Notice Date
- 2/13/2026 8:02:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660426Q0155
- Response Due
- 2/20/2026 11:00:00 AM
- Archive Date
- 03/07/2026
- 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
- Request for Quote (RFQ) number is N6660426Q0155 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(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days. This requirement is being solicited with a 100% Small Business Set Aside by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 333618: Other Engine Equipment Manufacturing. The Small Business Size Standard is 1500. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis four (4) Rim Drive Technologies (RDT) Thrusters, Brand Name Only, No Substitutions Allowed. The associated costs with selecting, procuring, and validating different equipment to attain the same technical capabilities would be prohibitively costly in both time and dollars, negatively impacting the Fleet. For the purposes of quoting this opportunity, the Contract Line-Item Number (CLIN) structure is identified below: CLIN 0001, Quantity 4, Description: Rim Drive Technologies (RDT) Thrusters, P/N 300002702-C Any required deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI. 02841 The quote shall include price and the following information with submission: point of contact (including phone number and email address), contractor CAGE code, and contractor SAM UID. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law FAR 52.212-1 Instruction to Offerors � Commercial Item FAR 52.212-2 Evaluation � Commercial Items FAR 52.212-3 Offeror Representations and Certifications � Commercial Items FAR 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.243-1 Changes--Fixed Price FAR 52.249-8 Default (Fixed-Price Supply & Service) In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Dev 2022) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting � Alternate I DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.225-7013, Duty-Free Entry DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Jan 2023) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. To be determined technically acceptable, the offeror must: 1. Quote the required items in the required quantities; 2. Offerors must submit detailed specifications with their quotes; 3. If the Contractor does not deliver new hardware/software or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Drop shipping from outside the united states is not acceptable. 4. Provide proof that all items configured in house are new products, gray market items will not be accepted. The Government will consider past performance information within the Supplier Performance Risk System (SPRS) whereby any negative past performance may render a quote being deemed technically unacceptable. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) may be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Include any applicable surcharge in the quotation. For questions pertaining to this acquisition, please contact Amy K. Prisco at the following: Amy.K.Prisco.civ@US.NAVY.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1887d156a6e648c2a9eff4a359e6f922/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07715889-F 20260215/260213230043 (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 |