- 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
Thrusters, Rim Drive Technologies
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Feb 20, 2026. Industry: NAICS 333618 • PSC 2010.
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
Awarded-market signal for NAICS 333618 (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 333618
Description
N6660426Q0155-0001
Amended RFQ to include the follow details to the CLIN Description:
- 3kW subsea POD model
- 16-pin subconn which requires the controller to limit power to 2.5kW
No other changes have been made at this time.
---------------------------------------------------------------------------------------------------------
Request for Quote (RFQ) number is N6660426Q0155
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. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days.
This requirement is being solicited with a 100% Small Business Set Aside by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 333618: Other Engine Equipment Manufacturing. The Small Business Size Standard is 1500.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis four (4) Rim Drive Technologies (RDT) Thrusters, Brand Name Only, No Substitutions Allowed. The associated costs with selecting, procuring, and validating different equipment to attain the same technical capabilities would be prohibitively costly in both time and dollars, negatively impacting the Fleet.
For the purposes of quoting this opportunity, the Contract Line-Item Number (CLIN) structure is identified below:
CLIN 0001, Quantity 4, Description: Rim Drive Technologies (RDT) Thrusters, P/N 300002702-C, 3kW subsea POD model, 16-pin subconn which requires controller to limit power to 2.5kW
Any required deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI. 02841
The quote shall include price and the following information with submission: point of contact (including phone number and email address), contractor CAGE code, and contractor SAM UID.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications.
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
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 Instruction to Offerors – Commercial Item
FAR 52.212-2 Evaluation – Commercial Items
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items
FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Dec 2022)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial
FAR 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.243-1 Changes--Fixed Price
FAR 52.249-8 Default (Fixed-Price Supply & Service)
In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Dev 2022)
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022)
DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting – Alternate I
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
DFARS 252.225-7013, Duty-Free Entry
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Jan 2023)
DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)
DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023)
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services
DFARS 252.246-7008 Sources of Electronic Parts
DFARS 252.247-7023 Transportation of Supplies by Sea
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. To be determined technically acceptable, the offeror must:
1. Quote the required items in the required quantities;
2. Offerors must submit detailed specifications with their quotes;
3. If the Contractor does not deliver new hardware/software or provide proof that the items are all new products, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Drop shipping from outside the united states is not acceptable.
4. Provide proof that all items configured in house are new products, gray market items will not be accepted.
The Government will consider past performance information within the Supplier Performance Risk System (SPRS) whereby any negative past performance may render a quote being deemed technically unacceptable.
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.
If no surcharge is applicable, the Government’s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) may be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Include any applicable surcharge in the quotation. For questions pertaining to this acquisition, please contact Amy K. Prisco at the following: Amy.K.Prisco.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.
The Dept of the Navy is soliciting quotes for four Rim Drive Technologies (RDT) Thrusters, specifically part number 300002702-C. This opportunity is set aside for small businesses and requires submissions by February 20, 2026. Quotes must follow the specified guidelines under RFQ number N6660426Q0155 and will be evaluated based on the lowest price technically acceptable (LPTA) criteria.
The buyer is seeking to procure four (4) RDT Thrusters with specific technical requirements, ensuring compliance with the operational needs of the Fleet.
- Submission of quotes with specified items and details
- Inclusion of point of contact, CAGE code, and SAM UID
- Adherence to delivery terms and conditions
- Submission of technical specifications to ensure compliance
- Complete RFQ response with pricing
- Specifications for the offered prodcts
- SAM registration confirmation
- Details of past performance in the Supplier Performance Risk System (SPRS)
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific delivery schedule and timeline for procurement
- Details on the evaluation criteria for technical acceptability
- Clarification on warranty or support requirements post-delivery
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.