Balance Arbor IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) has issued a Solicitation (N6449826R0012) for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to manufacture and inspect Balance Arbors (large/intermediate type universal dummy hubs). This opportunity requires compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2. Proposals are due March 27, 2026, at 05:00 PM DST.
Scope of Work
The contractor will be responsible for the manufacture and inspection of large/intermediate type universal dummy hubs. Key deliverables include:
- Dummy Hubs, Adaptor Plate Sets, Mounting Hardware, Lifting/Handling/Leveling Hardware.
- Crating for Shipping & Storage (updated drawings include additional boxes for mounting hardware).
- Pre-crated and post-crated visual inspections, and full dimensional inspections.
- Certification forms for each assembly.
- Monthly status updates and adherence to specified welding procedures and personnel qualifications.
- Exclusion: Balancing of blades is explicitly excluded from the scope of work.
- Technical drawings (NAVSEA 245-8997015 REV [A], NAVSEA 245-8997016 REV [A]) have been updated, and the S9245-AR-TSM-010 Manual is included, specifying unbalance tolerances.
- Commercially available off-the-shelf (COTS) hardware items are acceptable with a certificate of compliance.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ).
- Ordering Period: Five (5) years from contract award.
- Period of Performance: Six (6) years from contract award.
- Guaranteed Minimum: One (1) each of CLIN 0001 (Intermediate Balance Arbor).
- Set-Aside: No specific set-aside for the prime contract, but the solicitation includes a price evaluation preference for HUBZone Small Business Concerns. Offerors are required to submit a Small Business Participation Commitment Document, with a target of 48% ($24,000,000) total small business participation.
Submission & Evaluation
- Submission Method: Proposals must be submitted electronically via the PIEE PSM Module/Portal (https://piee.eb.mil). The correct Notice ID for submission is N6449826R0012. Do not email proposals.
- Evaluation: Best Value Tradeoff Source Selection process. Factors, in descending order of importance, are:
- Estimated Completion Time
- Past Performance
- Small Business Participation Commitment
- Total Evaluated Price
- Welding Procedure and Personnel will be rated Acceptable/Unacceptable.
- Offerors must comply with Cybersecurity Maturity Model Certification (CMMC) Level 2 (self-compliance for FCI or CUI processing systems).
Key Amendments & Clarifications
Multiple amendments have extended the response due date, with the latest extension to March 27, 2026, 05:00 PM DST. Amendments also updated technical drawings, clarified COTS hardware requirements, corrected Bill of Materials discrepancies, and added/updated Questions and Answers documents. The latest amendment (N6449826R00120006) included the S9245-AR-TSM-010 Manual and specified unbalance tolerances.
Contact Information
- Primary: Grace Haley (grace.k.haley.civ@us.navy.mil, 4452860691)
- Secondary: Anthony J. Piccari (Anthony.J.Piccari.civ@us.navy.mil, 2158971390)