T6B Simulated Power Control Levers (T6B-PCL)
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 Department of the Navy, NAWC Training Systems Division, is seeking proposals for the fabrication of 27 T6B Simulated Power Control Levers (T6B-PCL) parts and assemblies. This is a Firm Fixed-Price (FFP) Purchase Order under a full and open competitive basis. Quotes are due by May 18, 2026, at 10:00 AM EST.
Opportunity Details
This Request for Quote (RFQ) requires a commercial fabrication shop to produce 27 Government-designed parts and assemblies for the T6B-PCL system. The work involves precision manufacturing, primarily CNC Machining and Sheet Metal fabrication, utilizing materials such as Aluminum 6061 and Copper C360 (Brass). The detailed specifications are outlined in the T6B-PCL Build List 042926 and the associated Tech Data Package 042926.
Key Requirements & Deliverables
- Fabrication: Production of 27 T6B-PCL parts and assemblies in accordance with provided technical data.
- Technical Data Package (TDP): 3D CAD models and drawings are available upon request via secure transmittal (e.g., DoD SAFE). These files are Distribution Statement D and Controlled Unclassified Information (CUI) and require prior authorization.
- Cybersecurity: Offerors must have and maintain a Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) Assessment on record in the Supplier Performance Risk System (SPRS).
- Compliance: Adherence to DFARS 252.211-7003 (Item Identification and Valuation) and NAVAIR packaging/marking standards (DTXT.247-9507).
- Delivery: Required within 8 weeks after contract award.
- Inspection & Acceptance: Will occur at the delivery site, with acceptance via DD Form 250 through the WAWF system.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) Purchase Order (Commercial Off-the-Shelf - COTS).
- NAICS Code: 332710 (Machine Shops), with a business size standard of 500 employees.
- Product Service Code (PSC): 3470.
- Set-Aside: Unrestricted / Full and Open Competitive Basis.
- Place of Performance: Orlando, FL, United States.
- Quote Due Date: May 18, 2026, 10:00 AM EST.
- Published Date: May 6, 2026.
Submission & Evaluation
- Submission: Complete and submit Standard Form 1449. Proposals must be clear, detailed, and logical, including any assumptions, exceptions, or deviations.
- Past Performance: Submit information for two similar procurements provided to NAWCTSD within the last three years, including Point of Contact (POC) details.
- Evaluation Criteria: Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, based on a trade-off between Past Performance and Price, provided the proposal is Technically Acceptable. Past Performance is considered more important than Price.
- Technical Acceptability: Includes meeting all item specifications, CMMC Level 2 requirements, and the specified delivery date.
Contact Information
For TDP files or questions, contact Julide Alonso (julide.n.alonso.civ@us.navy.mil, 407-380-4261) or Jonathan Abbott (jonathan.d.abbott.civ@us.navy.mil, 407-380-8010). Offerors must be registered and have an "Active" status in SAM.gov.