The document 26-00Q-0001 outlines a Request for Proposal (RFP) for ISO Certification Services. The RFP details various options for ISO 9001 and ISO 45001 certification and surveillance audits. For ISO 9001, services include a base certification audit and four annual surveillance audits spanning from January 1, 2026, to December 31, 2030. Similarly, for ISO 45001, the RFP requests a base certification audit and four annual surveillance audits, also covering the period from January 1, 2026, to December 31, 2030. The services are categorized by Contract Line Item Numbers (CLINs) and specify the period of performance for each audit type, indicating a multi-year requirement for maintaining these international standards.
The document is a Question and Answer (Q&A) log, likely part of a federal government Request for Proposal (RFP) or grant application, specifically concerning ISO 9001 and ISO 45001 certifications. It clarifies various aspects of an organization's operations and compliance, addressing questions about outsourcing (none), shift work (none), legal obligations (numerous and organization-specific), major nonconformances (none for both ISO 9001 and 45001), and OSHA reportable events (two in three years). The Q&A also confirms that tenant activities are not part of the ISO certification scope, all areas apply to ISO 9001, and the organization possesses audit reports, corrective actions, and certificates for ISO 9001, with ISO 45001 being a newer certification. It states there have been no lapses in certification for ISO 9001 and that the last audits were surveillance audits conducted in November 2025 (9001) and January 2025 (45001). Finally, it notes that the ISO management systems are currently stand-alone but will be integrated in the future.
The "Past Performance/Experience Questionnaire" (Solicitation# N0016426Q0003) is a critical document for contractors bidding on government projects, likely an RFP or grant application. It gathers comprehensive information on a contractor's background, including their DUNS Number, CAGE Code, business structure, and years of experience as both prime and sub-contractor. The questionnaire requires a detailed list of completed projects within the last three years, including contract amount, type, completion date, and owner references. It also asks for concurrent contractual commitments, their awarded amounts, percentage completed, and completion dates. A key component addresses past performance issues, inquiring if the contractor has ever failed to complete work or had work completed by a performance bond, requiring explanations for any affirmative responses. The document concludes with a certification section where an official attests to the accuracy of the provided information, authorizing NSWC Crane to verify capabilities. This questionnaire ensures that potential contractors have the necessary experience and a reliable track record to perform the contemplated work for NSWC Crane.
The Naval Surface Warfare Center, Crane Division (NSWC Crane) requires a contractor for ISO 9001 (Quality Management Systems) and ISO 45001 (Occupational Health and Safety Management Systems) surveillance and re-certification audits. The contract includes a base period (2026-2027) for re-certification and four option years (2027-2031) for surveillance and re-certification services. Audits can be on-site or virtual, using government-approved software. The contractor must be an ANAB or IAS accredited Registrar/Certification Body, accredited to ISO 17021, with at least three years of experience in certifying medium to large manufacturing facilities and with lead auditors possessing three years of experience in the assigned certification. Deliverables include audit reports and official certification certificates and plaques.
The document, "N0016426Q0003 QUESTION & ANSWERS #2 Dated 11/26/2025," addresses a clarification regarding the headcount at NSWC Crane. Specifically, Question 15 inquires whether the reported total headcount of 3,900 for NSWC Crane excludes all tenants. The answer confirms that this quantity indeed excludes all tenants and directly reflects the weekly onboard count of NSWC Crane Government personnel. This interaction is part of a series of questions and answers, likely pertaining to a federal government Request for Proposal (RFP) or a similar procurement process, where precise personnel figures are crucial for accurate project planning and resource allocation.
This government solicitation (N0016426Q0003) is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide ISO 9001 and ISO 45001 surveillance and certification services to NSWC Crane, located in Crane, IN. The solicitation includes a base period for initial certification audits and multiple option periods for surveillance audits, extending through 2030. All services are to be Firm Fixed Price, covering travel, per diem, and materials. Inspection and acceptance will occur at NSWC Crane, with performance periods clearly defined for each line item and option. The document outlines detailed invoicing instructions via the Wide Area WorkFlow (WAWF) system, including specific document types and routing data. It also provides key government points of contact for contract administration, including the Procuring Contracting Officer (PCO), Contract Specialist, and Technical Point of Contact (TPOC). Additionally, it specifies hours of operation, holiday schedules, and various FAR and DFARS clauses governing the contract, emphasizing electronic submission of payment requests and adherence to small business regulations.
Amendment 0001 to solicitation N0016426Q0003, issued by NSWC Crane, extends the response due date from November 4, 2025, to November 26, 2025. This amendment also includes an attachment of vendor questions and Crane's responses. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of the offer. This modification ensures all terms and conditions of the original solicitation remain in effect, with the noted changes.
Amendment 0002 to Solicitation N0016426Q0003 extends the closing date for offers from November 26, 2025, to December 5, 2025, at 12:00 PM EST. Issued by NSWC Crane, this amendment also provides necessary 9001 and 45001 Certifications. The document details the process for acknowledging amendments, emphasizing that failure to do so may result in rejection of offers. It outlines how changes to submitted offers can be made in response to amendments. This modification ensures all terms and conditions of the original solicitation remain in full force and effect, except as explicitly changed by this amendment.
Amendment 0003 to Solicitation N0016426Q0003, issued by NSWC Crane, updates the CLIN descriptions for items 0002, 0004, 0007, and 0009. The amendment, effective December 2, 2025, requires offerors to acknowledge its receipt prior to the specified hour and date to avoid rejection of their offers. This can be done by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. All other terms and conditions of the original document remain unchanged.
Amendment 0004 to solicitation N0016426Q0003, issued by NSWC Crane, modifies CLIN descriptions for option line items 0002, 0004, 0007, and 0009. Specifically, it changes the descriptions for ISO 9001 and ISO 45001 audits between "Certification Audit" and "Surveillance Audit." All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes that offers must acknowledge receipt to avoid rejection and allows for changes to already submitted offers if received before the specified opening hour and date. The contracting officer for this amendment is Kelly L. Kapanzhi.