PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
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.
This procurement is intended as a sole source requirement to C2 Robotics Pty, Ltd (CAGE Code: Z1EQ2). C2 Robotics is the original equipment manufacturer (OEM) for these LUUVs. Speartooth is the only AUV built that meets the Government’s needs for design and size specifications, and testing Navy applications, several of which involve underwater delivery of ordinance and other kinetic effects. There is no other form, fit function replacement for this item. In addition, designing an alternative to meet the Government’s need would create an unacceptable schedule slip.
This solicitation is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement in the future.
Request for Quote (RFQ) Number is N66604-25-Q-0359. This requirement is being solicited on an unrestricted basis as concurred with by Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSPB). The North American Industry Classification System (NAICS) Code for this acquisition is 334511; the Small Business Size Standard is 1,350 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 three (3) C2 Robotics Speartooth LUUVs, 11M Variant in accordance with the minimum requirements document.
CLIN 0002: Quantity of two (2) C2 Robotics Speartooth Spares packages, in accordance with the minimum requirements document.
CLIN 0003: Quantity of forty (40) Additional Batteries with BMS (per 5 KWh pack).
Delivery is F.O.B. Destination to Newport, RI 02841. Delivery must be within four months after receipt of order. Please include any applicable shipping charges for F.O.B. Destination in the unit prices.
The quote submission shall include a breakdown to include the following elements of price, at a minimum:
- Direct labor
- Direct Material
- Other Direct Costs
- Indirect costs (OH, Fringe, G&A, material handling, etc)
- Profit
- Objective quality evidence including quotes, payroll journals, audits of indirect rates, basis of material lists, etc. to support the reasonability of the proposed price elements
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)
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
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.232-7010 Levies on Contract Payments.
252.246-7008 Sources of Electronic Parts
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 following additional terms and conditions apply:
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 method of payment is via Electronic Payment through Wide Area Workflow (WAWF).
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
Offerors shall include the following information with submissions:
(1) Quote the required items, in the required quantities;
(2) Provide proof that all items are shipped from the US, drop shipping is unacceptable;
(3) Point of Contact (including name, phone number and email address); and,
(4) Contractor CAGE Code. The Government will consider past performance information, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
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 ID. A quote received after the closing date and time specified may be ineligible for award.
The quote may be submitted via email to the email address below and must be received on or before Tuesday, 19 August 2025 at 1400 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.