Tension Belt Drogue Deployer Parts
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Feb 18, 2026. Industry: NAICS 332710 • PSC 5340.
Market snapshot
Awarded-market signal for NAICS 332710 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 332710
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
Request for Quotation (RFQ) number is N6660426Q0089. This requirement is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 332710. The Small Business Size Standard is 500 employees. The Product Supply Code (PSC) is 5340.
This requirement is for Tension Belt Drogue Deployer parts according to drawing, military specifications and welding requirements.
Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, for the items listed below: Required delivery is F.O.B. Destination, Naval Station Newport, RI, 02841-1708.
For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below.
CLIN 0001 Lower Mounting Bracket
Part No. 8827931
Qty 2
CLIN 0002 Upper Mounting Bracket
Part No. 8827932
Qty 2
CLIN 0003 Turnbuckle Mounting Post
Part No. 8827937
Qty 2
CLIN 0004 Lower Pulley Housing
Part No. 8827938
Qty 2
CLIN 0005 Upper Pulley Housing
Part No. 8827939
Qty 2
CLIN 0006 Pulley Support Pin
Part No. 8827940
Qty 4
CLIN 0007 Keeper Plate
Part No. 8827941
Qty 4
CLIN 0008 Pulley, 28 Tooth Assy
Part No. 8827942
Qty 4
CLIN 0009 Pulley, 22 Tooth Assy
Part No. 8827943
Qty 4
CLIN 0010 Pulley Support Pin
Part No. 8827944
Qty 2
CLIN 0011 Spring Housing Body
Part No. 8827949
Qty 2
CLIN 0012 Spring Housing End Cap
Part No. 8827950
Qty 4
CLIN 0013 Spring Housing Rod
Part No. 8827951
Qty 2
CLIN 0014 Disc Spring
Part No. 8827952
Qty 104
CLIN 0015 De-Tensioner Plate
Part No. 8827953
Qty 2
CLIN 0016 De-Tensioner Screw
Part No. 8827956
Qty 2
CLIN 0017 Belt, Tensioned Belt Drogue Deployer
Part No. 8827957
Qty 2
This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by email to Jennifer.m.vatousiou.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address, JCP registration number, and a copy of the companies DD2345 to avoid issues with JCP site.
*Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE.
The offeror may submit a formal plan to become certified to weld the required base material and to perform the required weld types in accordance with Government Drawing(s) 8827931_53711_FN_-, 8827932_53711_FN_-, 8827957_53711_FN_-, 8827952_53711_FN_A, 8827949_53711_FN_-, 8827950_53711_FN_-, 8827940_53711_FN_-, 8827944_53711_FN_-, 8827946_53711_FN_-, 8827951_53711_FN_-, 8827956_53711_FN_-, 8827937_53711_FN_-, 8827938_53711_FN_-, 8827939_53711_FN_-, 8827941_53711_FN_-, 8827942_53711_FN_-, 8827943_53711_FN_-, 8827947_53711_FN_A, 8827948_53711_FN_A, 8827953_53711_FN_-, and 8827954_53711_FN_- and applicable weld standards by submitting draft Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) and expressing in writing on company letterhead the intent to use this contract to become certified.
Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.
F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:
FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;
FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;
FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;
FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;
FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;
FAR 52.212-2, “Evaluation – Commercial Items.”;
FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;
FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";
FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;
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 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;
DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;
DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;
DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”
DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;
DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;
DFARS 252.246-7008, “Sources of Electronic Parts.”;
Additional terms and conditions:
In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.
The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.
In order to be determined technically acceptable the offeror shall:
- Quote the specified in their required quantities. The offeror quote shall be good for at least a minimum of 30 days.
- Product must meet minimum requirements of drawings and military specifications.
- Offeror must be JCP certified and provide DD2345 for access to drawings.
- If the contracted quantity is for a single item the offeror shall use a test coupon of the same base material required in accordance with the applicable drawings in lieu of a qualifying production run to become certified. Upon completion of this test coupon the offeror shall submit the newly certified Weld Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for technical review to the Government. Upon acceptance of both WPS and PQR by the Government production may proceed on the contracted quantity.
Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Wednesday, 18 February 2026. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.
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.