PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
Amendment 002: The purpose of this amendment is to update the minimum requirements to allow for sufficient offeror quote evaluation, as detailed below the CLIN description.
Amendment 001: The purpose of this amendment is to extend the closing date until Monday, 24 Nov. 2025 at 1400.
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.
The Request for Quote (RFQ) Number is N66604-26-Q-0005. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 333923; the Small Business Size Standard is 1,250 employees.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
CLIN 0001: Quantity of one (1) Subsea Winch with Attachable Levelwinder, in accordance with the Statement of Work Attachment #1 and Minimum Specifications Attachment #2
CLIN 0002: Data associated with CLIN 0001, in accordance with the Statement of Work and Contract Data Requirements List, Attachment #3
Amendment 002: The contractor shall submit its planned technical details to meet the requirements of the Statement of Work. At a minimum, the contractor’s plan shall address the following:
- The volume of 3/8” line the Subsea Reel can hold
- The payout speed the system operates at
- The maximum weight the system shall hold via a parking brake
- The ability of the system to de-accelerate at max weight at terminal velocity to 0 ft/second velocity
- The ability to continuously provide a braking force for a load no greater than 4,000 lbs
- The system shall be one year maintenance free availability
- The depth rating at which the system can fully operate at
- The braking system to be used (whether it is electrical or hydraulic)
- If system control logic feedback is provided to the government furnish equipment (GFE)
- The method the system provides the government furnished equipment (GFE) to monitor speed of reel during load release
- The method the system provides health status to GFE
- The method the system provides to monitor the amount of line spooled out from the reel during deployment
- The method for the system to provide real-time feedback to GFE interface for speed of reel, health of electrical or hydraulic control systems, and reel speed
- The system redundancies of the primary electrical or hydraulic control system
- The ability of the system to fit in the specified form factor
- The ability to have an auxiliary system for level winding of line when the system on ship or on shore
Any quotes provided that do not address the above shall not be considered technically acceptable.
This requirement contains documents that are designated Distribution D. To access the Government documents, the Offeror must possess an active SAM account. Please request access to the drawings via the SAM.gov portal.
Delivery is F.O.B. Destination to Newport, RI 02841. Delivery shall occur on or before thirteen (13) months after receipt of award. Please include any applicable shipping charges.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-13 System for Award Management Maintenance.
52.204-18 Commercial and Government Entity Code Maintenance.
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (DEVIATION 2025-O0003 and 2025-O0004)
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities.
The following DFARS clauses apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product.
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, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,
252.204-7020 NIST SP 800-171 DoD Assessment Requirements,
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.232-7010 Levies on Contract Payments.
252.247-7023 Transportation of Supplies by Sea.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR 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.
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
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity Identification (UEID). A quote received after the closing date and time specified may be ineligible for award.
The quote shall be submitted via email to the email address below and must be received on or before Friday, 05 December 2025 at 1700 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.