- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Monitoring and Delivery of HD5 Grade Propane
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Apr 15, 2026. Industry: NAICS 457210 • PSC 6830.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 81 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 457210
Description
REQUEST FOR QUOTE N66604-26-Q-0220
REQUEST FOR QUOTE
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Part 12 Acquisition of Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
Request for Quote (RFQ) number is N6660426Q0220. This requirement is being solicited as 100 percent Small Business Set Aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 457210 “Fuel Dealers”. The Small Business Size Standard is 100 employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price contract for the monitoring and delivery of HD5 grade propane onsite at NUWCDIVNPT. The contractor shall fill the Government’s 1000-gallon APTF propane tank to when the tank reaches twenty-five percent (25%) full. Delivery shall be completed within forty-eight (48) hours of reading and contractor shall fill tank to eighty percent (80%). Propane shall be Grade 2.1. in accordance with Class 2, Division 2.1 Flammable Gas, and the requirements at 49 CFR 173.115 apply.
CLINs 0001 – 0005: Contractors shall submit pricing for the delivery of HD5 grade propane as follows. Contractors may request an Economic Price Adjustment (EPA) upon the exercise of each Option. The EPA for this requirement will be based on the US EIA rates for Wholesale Propane provided for New England. Rate tables can be found at the following address: https://www.eia.gov/dnav/pet/PET_PRI_WFR_DCUS_NUS_M.htm
CLIN
Unit of Issue
QUANTITY
DESCRIPTION
CLIN 0001 FP-EPA
(Base Year)
1 Gallon
9,000 Gallon
Delivery of HD5 grade propane onsite at NUWCDIVNPT: 2026-2027
CLIN 0002
FP-EPA (Option 1)
1 Gallon
9,000 Gallon
Delivery of HD5 grade propane onsite at NUWCDIVNPT: 2027-2028
CLIN 0003
FP-EPA (Option 2)
1 Gallon
9,000 Gallon
Delivery of HD5 grade propane onsite at NUWCDIVNPT: 2028-2029
CLIN 0004
FP-EPA (Option 3)
1 Gallon
9,000 Gallon
Delivery of HD5 grade propane onsite at NUWCDIVNPT: 2029-2030
CLIN 0005
FP-EPA (Option 4)
1 Gallon
9,000 Gallon
Delivery of HD5 grade propane onsite at NUWCDIVNPT: 2030-2031
CLINs 0006 – 0010: Contractors shall submit a FFP for the provision of remote tank monitoring system and monitoring services for the base and option years as follows.
CLIN
QUANTITY
DESCRIPTION
CLIN 0006
(Base Year)
1 Job
Remote tank monitoring system/monitoring services: 2026 – 2027
CLIN 0007 (Option 1)
1 Job
Remote tank monitoring system/monitoring services: 2027 - 2028
CLIN 0008
(Option 2)
1 Job
Remote tank monitoring system/monitoring services: 2028 - 2029
CLIN 0009
(Option 3)
1 Job
Remote tank monitoring system/monitoring servicess: 2029 - 2030
CLIN 0010
(Option 4)
1 Job
Remote tank monitoring system/monitoring services: 2030 - 2031
NOTE: Options may or may not be exercised and are exercisable at the unilateral discretion of the Government, in accordance with FAR 52.217-8 Option to Extend Services, see below. Options that include EPA will be executed bilaterally.
For the purpose of quoting, the Period of Performance for the Base Year shall be 29 June 2026 to 28 June 2027.
Location of Performance is Naval Undersea Warfare Center Division, Newport, RI.
Delivery appointments and submission of a Visit Authorization Request (VAR) are MANDATORY for contractors, their employees, and agents to NUWCDIVNPT. Access to NUWCDIVNPT will not be granted under any circumstance without an escort and a valid VAR on file. A VAR is not required for the submission of quotes. Details about VAR can be found at: https://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Contact-us/Mandatory-Visit-Request/
The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represent the lowest price technically acceptable quote. in order to be determined technically acceptable, the offeror must quote the required items, no substitutions, in the required quantities as well as have a CMMC Level 1 or higher. The Government will consider past performance information where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
The CMMC level required by this RFQ is: CMMC Level 1 (Self-Assessment). This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract. See Provision 252.204-7025 and Clause 252.204-7021, included in this RFQ.
The Offeror shall provide, in its offer, the CMMC unique identifier(s) (CMMC UIDs) issued by SPRS for each contractor information system that will process, store, or transmit FCI or CUI during performance of the contract resulting from this RFQ.
The below FAR and DFARS provisions and clauses apply to this solicitation:
FAR 52.217-8 Option to Extend Services
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 month of the period of performance start date of the option CLIN.
(End of clause)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 Prohibition on Contraction for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 53.212-1 Instructions to Offerors—Commercial Items
FAR 52.212-2, Evaluation – Commercial Items
FAR 52.212-3 (ALT1), Offeror Representations and Certifications—Commercial Items
Far 52.212-4, Contract Terms and Conditions—Commercial Items
FAR 52.216-2, Economic Price Adjustment-Standard Supplies
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.204‐7019 Notice of NIST SP 800‐171 DoD Assessment Requirements (NOV 2020)
DFARS 252.204‐7020 NIST SP 800‐171 DoD Assessment Requirements (NOV 2020)
Additional Terms and Conditions:
Payment will be electronic via Wide Area Workflow (WAWF).
This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement.
Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/portal/public/SAM/. Instructions for registration are available at the website.
OFFEROROS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS:
- Separate pricing for each CLIN 0001 – 0010,
- Delivery Terms,
- Company Name, Company Point of Contact (Including name, telephone number, and email address),
- CMMC unique identifier,
- Contractor CAGE Code and/or DUNS Number, and
Please provide a quote no later than Wednesday, April 15th, 2026, at 1400 Eastern to: Bradley.r.wicks2.civ@us.navy.mil. If you have any questions or concerns, please feel free to contact me at the above email address.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.