D-66 AND D-67 HOUSING ASSEMBLIES
ID: N0016425Q0802Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Hardware Manufacturing (332510)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) from NSWC Crane is a 100% small business set-aside for the procurement of D-66 and D-67 Housing Assemblies. The RFQ includes multiple line items for various part numbers, with both initial production and option CLINs. A key requirement is First Article Testing (FAT) for CLINS 0001, 0002, and 0003, which can be waived for qualified vendors. Non-qualified vendors must still submit a response, but FAT terms will apply. Contractors must be registered in SAM and JCP to receive controlled attachments and provide a technically acceptable response per FAR 52.212-2. Deliveries are FOB Destination to NSWC Crane, with inspection and acceptance by the Government at destination. Payment instructions emphasize the use of Wide Area WorkFlow (WAWF) for electronic payment requests and receiving reports, with specific document types and routing data required. All functions are retained by the PCO, Dani Wessel, with Morgan Helton as the Contract Specialist.
    This Request for Quotation (RFQ) by NSWC Crane, identified as N0016425Q0802, is a small business set-aside for D-66 and D-67 Housing Assemblies. It includes requirements for First Article Testing (FAT) for several part numbers (P/N: 3268AS500-001, 3268AS402-002, 3268AS420-001), which can be waived for qualified vendors. The RFQ also details production and option line items for D-66 and D-67. All items are firm-fixed-price. Deliveries and inspection/acceptance will occur at NSWC Crane, with specific delivery schedules tied to First Article Test Approval or Notice to Proceed. Vendors must be registered in SAM and JCP to access controlled attachments and are required to submit technically acceptable responses. Payment instructions are provided via Wide Area WorkFlow (WAWF), and all contract administration functions are retained by the Procuring Contracting Officer (PCO).
    This Request for Quotation (RFQ) N0016425Q08020003, issued by NSWC Crane, is a small business set-aside for D-66 and D-67 Housing Assemblies. It outlines requirements for First Article Testing (FAT) for several part numbers, with a waiver for qualified vendors. The RFQ includes various option line items for additional quantities of D-66 and D-67 assemblies. All inspections and acceptance will occur at NSWC Crane, with specific delivery schedules tied to FAT approval or Notice to Proceed. The document details clauses regarding excess quantities, government delay of work, F.O.B. destination, and electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF). Key contacts for contract administration are also provided, and all functions are retained by the Procuring Contracting Officer (PCO).
    This government file, Amendment of Solicitation/Modification of Contract N0016425Q08020002, extends the closing date of the solicitation and updates associated dates. Issued by NSWC CRANE, the amendment modifies several sections. Section A changes the "Deliver By" date from July 10, 2026, to August 24, 2026, and the "Response Due Date" from September 12, 2025, to December 11, 2025. Section B modifies multiple Option Line Items (0005-0015) by extending the option exercise deadline from November 7, 2026, to December 31, 2026, for various quantities of D-66 and D-67. Section I updates clauses 52.217-6 and 52.217-7 regarding options for increased quantity, specifying that the Contracting Officer may exercise the option within 60 days. Section M, Evaluation Factors for Award, now emphasizes that a purchase order will be awarded to the offeror most advantageous to the Government, considering technical approach, delivery schedule, past performance, and price. It also clarifies that technically acceptable quotes must meet specifications and documentation requirements, and that exceptions must be documented. The solicitation includes priced options, and offers will be evaluated by adding the total price for all options to the basic requirement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...