Skip to content
Department of Defense

Thrusters, Rim Drive Technologies

Solicitation: N6660426Q0155
Notice ID: e34e415239d74e4d9296b72d1cd62117

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.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6660426Q0155. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333618 (last 12 months), benchmarked to sector 33.

12-month awarded value
$59,084,745
Sector total $21,000,300,080 • Share 0.3%
Live
Median
$349,992
P10–P90
$35,993$618,026
Volatility
Volatile166%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($59,084,745)
Deal sizing
$349,992 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for RI
Live POP
Place of performance
Newport, Rhode Island • 02841 United States
State: RI
Contracting office
Newport, RI • 02841-1703 USA

Point of Contact

Name
Amy Prisco
Email
amy.k.prisco.civ@us.navy.mil
Phone
4018328503

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NUWC DIV NEWPORT
Contracting Office Address
Newport, RI
02841-1703 USA

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.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

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.

What the buyer is trying to do

The buyer is seeking to procure four (4) RDT Thrusters with specific technical requirements, ensuring compliance with the operational needs of the Fleet.

Work breakdown
  • 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
Response package checklist
  • Complete RFQ response with pricing
  • Specifications for the offered prodcts
  • SAM registration confirmation
  • Details of past performance in the Supplier Performance Risk System (SPRS)
Suggested keywords
Rim Drive TechnologiesSubsea ThrustersN6660426Q0155Small Business Set Aside
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.