Limited Sources: Fiber Optic Connectors
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 Undersea Warfare Center Division, Newport (NUWCDIVNPT) is issuing a Combined Synopsis/Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Fiber Optic Connector Assembly Kits. This is a Limited Sources opportunity, primarily targeting Greene Tweed & Co., LLC. and Princetel, Inc., who have been identified as possessing unique qualifications. The contract aims to secure the manufacture of these kits in accordance with Government Drawing 8958891. Quotes are due by Friday, May 15, 2026, at 1400 EST.
Scope of Work
The awarded contractors will be responsible for manufacturing Fiber Optic Connector Assembly Kits according to Government Drawing 8958891. Key requirements include providing a unique item identifier (UID) for all delivered items with a unit acquisition cost of $5,000.00 or more, including shipping charges in pricing, and offering the best possible delivery schedule. The initial delivery order will be for 50 Pre-Production Test Articles (PPTA), with successful completion and approval being contingent for subsequent production orders.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Product Service Code: 6060 - Fiber Optic Interconnectors
- NAICS Code: 334417 (Small Business Size Standard: 1000 employees)
- Set-Aside: Limited Sources (unrestricted basis, but limited to Greene Tweed & Co., LLC. and Princetel, Inc.)
- Minimum Guarantee: 50 units (satisfied by initial PPTA)
- Minimum Order: 10 units
- Maximum Order: 260 units
- Place of Performance: Newport, RI 02841, United States
- Payment: Electronic via Wide Area Workflow (WAWF)
Submission & Evaluation
- Questions Deadline: Wednesday, May 6, 2026, at 1400 EST.
- Quotes Submission Deadline: Friday, May 15, 2026, at 1400 EST.
- Submission Method: Email quotes to Maria Diaz-Sotomayor (maria.d.diaz-sotomayor.civ@us.navy.mil).
- Evaluation for Initial Award: Based on the successful completion and approval of the 50 Pre-Production Test Articles (PPTA).
- Evaluation for Subsequent Orders: Orders will be competed among eligible awardees. Evaluation criteria may include price and, significantly, Schedule/Monthly Throughput, which will be prioritized over price in a trade-off scenario. The government reserves the right to bypass contractors for future orders based on performance, delivery speed, and lot-testing failure rates.
Eligibility & Compliance
- Cybersecurity: Offerors must possess a valid Joint Certification Program (JCP) certification to access drawings. A NIST SP 800-171 DoD Assessment (not more than 3 years old) posted in SPRS is required. Cybersecurity Maturity Model Certification (CMMC) Level 2 (self) or higher is applicable, and CMMC UIDs must be provided.
- SAM Registration: Active registration in the System for Award Management (SAM) is required prior to award.
- Drawings: Designated Distribution D and export controlled.
Contacts
- Primary: Maria Diaz-Sotomayor, maria.d.diaz-sotomayor.civ@us.navy.mil, 401-832-2028
- Secondary: Teresa M. Michael, teresa.m.michael2.civ@us.navy.mil, 401-832-5434