Amended Request for Quote (RFQ) number is N6660426Q0100-0001
Changes include:
-removing small business set aside
-extending RFQ submission deadline to 1/20/2026
No other changes have been made.
-------------------------------------------------------------------------------------------------------------
Request for Quote (RFQ) number is N6660426Q0100
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 action is being solicited as a 100% 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 332912: Fluid Power Valve and Hose Fitting Manufacturing. The Small Business Size Standard is 1,000.
NUWCDIVNPT intends to award a Firm Fixed Price purchase order for Adel Wiggins brand valve fittings on a BRAND NAME ONLY basis to maintain compatibility between already installed components. The Government estimates the associated impacts to budget and schedule by moving to a different valve fittings manufacturer would be too costly to offset the potential savings from other-than Adel Wiggins brand competition.
The contractor shall submit a Firm Fixed Price quote for the following supplies:
CLIN 0001, Quantity 10, Description: Adel Wiggins QD Self-Sealing Socket, -08, ED Finish,
Part Number: 941081P08ED
CLIN 0002, Quantity 10, Description: Adel Wiggins QD Self-Sealing Nipple, -08, ED Finish
Part Number: 942081P08ED
Required delivery made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI. 02841. Offerors shall include shipping charges included in the price of the units, if applicable. The Government anticipates an award in February 2026. Offerors shall provide best delivery date prior to March 31, 2026.
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.
Basis for Award:
Award will be made based on the Lowest Price Technically Acceptable (LPTA) approach with technical acceptability being determined as shown below. Offerors shall include the following information with submissions:
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)
DFARS 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 solicitation requires active 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.
Quotes shall be submitted via electronic submission via email and must be received on or before 20 January 2026 at 4:00PM Eastern. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition and submissions, email John-Paul.McCauley.civ@US.Navy.mil and Amy.K.Prisco.civ@US.NAVY.mil
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 332912 (last 12 months), benchmarked to sector 33.