TelAztec Treated Windows
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Feb 17, 2026. Industry: NAICS 327215 • PSC 6650.
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.
Point of Contact
Agency & Office
More in NAICS 327215
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the 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; quotations are being requested and a written solicitation will not be issued.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a purchase order on a sole source basis to TelAztec, LLC. CAGE Code: 3EDM6. TelAztec's patented etching process alters the glass surface to achieve anti-reflection (AR) properties. These unique properties are required to meet parameters for testing and analysis purposes. Substituting with a standard surface application AR coating would render these analyses largely irrelevant, resulting in unnecessary expenditure of funding and resources, as well as an unacceptable schedule slip.
This solicitation is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement in the future.
Request for Quote (RFQ) Number is N66604-26-Q-0112. This requirement is being solicited on a Sole Source basis. The North American Industry Classification System (NAICS) Code for this acquisition is 327215; the Small Business Size Standard is 1,000 employees.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
W51x6, RAR Nano-Textured Window 50.8Ø, 0A Grade, Plane Parallel Round Window, Corning 7980 Grade 0A UV Fused Silica, 50.8mmØ x 6.35mm
CLIN 0001: Quantity of twelve (12), Part #: RAR-L2, nano-texturing, both surfaces;
CLIN 0002: Quantity of twelve (12), Part #: RAR-SH-L2, nano-texturing, both surfaces;
CLIN 0003: Quantity of five (5), Untreated
Delivery is F.O.B. Destination to Newport RI, 02841. Delivery must occur on or within 10 weeks of receipt of order. Quotes must include any applicable shipping charges included in the unit pricing.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards.
52.204-13, System for Award Management Maintenance.
52.204-19, Incorporation by Reference of Representations and Certifications.
52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred,
Suspended, Proposed for Debarment, or Voluntarily Excluded.
52.209-10, Prohibition on Contracting With Inverted Domestic Corporations.
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.222-3, Convict Labor.
52.222-19, Child Labor-Cooperation with Authorities and Remedies.
52.222-35, Equal Opportunity for Veterans.
52.222-36, Equal Opportunity for Workers with Disabilities.
52.222-50, Combating Trafficking in Persons.
52.223-23, Sustainable Products.
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.232-8, Discounts for Prompt Payment.
52.232-11, Extras.
52.232-33, Payment by Electronic Funds Transfer-System for Award Management.
52.232-39, Unenforceability of Unauthorized Obligations.
52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
52.233-1, Disputes.
52.233-3, Protest after Award.
52.233-4, Applicable Law for Breach of Contract Claim.
52.240-91, Security Prohibitions and Exclusions.
52.243-1, Changes-Fixed Price.
52.244-6, Subcontracts for Commercial Products and Commercial Services.
52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form).
The following DFARS clauses apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product.
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information,
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support.
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services.
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.211-7003, Item Identification and Valuation
252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
252.225-7001, Buy American and Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors.
252.225-7013, Duty-Free Entry.
252.225-7048, Export-Controlled Items.
252.232-7010 Levies on Contract Payments.
252.243-7001, Pricing of Contract Modifications.
252.244-7000, Subcontracts for Commercial Products or Commercial Services.
252.247-7023 Transportation of Supplies by Sea.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The following additional terms and conditions apply:
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.
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF).
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity ID.
The quote may be submitted via email to the email address below and must be received on or before Tuesday, 17 Feb. 2026 at 1600 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
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.