This is a solicitation is a for non-commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: ZINC POWDER. This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017426Q1016. The NAICS code is 325180 and the business size standard is 1,000. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Evaluation Factors (in order of importance)
- Technical – Quotes must reflect the required specifications within the Statement of Work
- Price – Quotes must include all applicable costs.
In order to submit a proposal, technical drawings must be requested.
This procurement may include unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.
NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025)
(a) Definitions. As used in this provision, "controlled unclassified information (CUI)," "current," "Cybersecurity Maturity Model Certification (CMMC) status," "Cybersecurity Maturity Model Certification unique identifier (CMMC UID)," "Federal contract information (FCI)", and "plan of action and milestones" have the meaning given in the Defense Federal Acquisition Regulation Supplement 252.204-7021, Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements, clause of this solicitation.
(b)(1) Cybersecurity Maturity Model Certification (CMMC) level. The CMMC level required by this solicitation is: ____ [Contracting Officer insert: CMMC Level 1 (Self); CMMC Level 2 (Self); CMMC Level 2 (C3PAO); or CMMC Level 3 (DIBCAC)]. This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract.
(2) The Offeror will not be eligible for award of a contract, task order, or delivery order resulting from this solicitation if the Offeror does not have, for each of the contractor information systems that will process, store, or transmit FCI or CUI and that will be used in performance of a contract resulting from this solicitation-
(i) The current CMMC status entered in the Supplier Performance Risk System (SPRS) (https://piee.eb.mil) at the CMMC level required by paragraph (b)(1) of this provision; and
(ii) A current affirmation of continuous compliance with the security requirements identified at 32 CFR part 170 in SPRS.
(c) Plan of action and milestones. If the Offeror has a CMMC Status of Conditional, the Offeror shall successfully close out a valid plan of action and milestones (32 CFR 170.21) to achieve a CMMC Status of Final.
(d) CMMC unique identifiers. The Offeror shall provide, in the proposal, the CMMC unique identifier(s) (CMMC UIDs) issued by SPRS for each contractor information system that will process, store, or transmit FCI or CUI during performance of a contract, task order, or delivery order resulting from this solicitation. The Offeror also shall update the list when new CMMC UIDs are generated in SPRS. The CMMC UIDs are provided in SPRS after the Offeror enters the results of self-assessment(s) for each such information system.
(End of provision)
The requests must be made via email to Francine.l.keys.civ@us.navy.mil , and marlene.l.ridgell.civ@us.navy.mil by Wednesday, January 28,2026 8:00 AM EST.
Questions/clarification regarding this solicitation must be submitted via email to Francine.l.keys.civ@us.navy.mil, and marlene.l.ridgell.civ@us.navy.mil by Friday, January 23, 2026 , 8:00 AM EST.
Quote packages are due by Wednesday, January 28, 2026 , 8:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to francine.l.keys.civ@us.navy.mil ,and marlene.l.ridgell.civ@us.navy.mil and contain a cover sheet that provides the following information:
1. Official Company Name;
2. Point of contact including name and phone number; and
3. DUNS number and Cage Code.
The Points of Contact for this acquisition is
- Francine.keys, at Francine.l.keys.civ@us.navy.mil
- Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil