Skip to content
Department of Defense

ADEL WIGGINS SELF-SEALING FIXTURES

Solicitation: N6660426Q0100
Notice ID: f9f3250d85ba450abe337b669109b227

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Jan 20, 2026. Industry: NAICS 332912 • PSC 4730.

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: N6660426Q0100. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332912 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,304,494
Sector total $21,000,300,080 • Share 0.1%
Live
Median
$53,035
P10–P90
$26,226$215,715
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($11,304,494)
Deal sizing
$53,035 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

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
14/100
Low

Lower direct competition signal relative to other notices.

  • Deadline status: Notice is already expired.
  • Set-aside: Scoped as NONE.
  • Market crowding: 6 nearby NAICS matches found.

Point of Contact

Name
John Paul McCauley
Email
john.p.mccauley@navy.mil
Phone
4018322126
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 332912

Description

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:

  1. Quote the required BRAND NAME ONLY items, in the required quantities;
  2. All resellers shall provide proof of original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only. If the Contractor does not delivery new components or provide proof that the items are all new products, the Government need not accept delivery. If after award the components delivered are determined not to be new or delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for rights and remedies provided by the law including excess re-procurement costs;
  3. Point of Contact to include name, phone number, and email address;
  4. Contractor CAGE Code and SAM UID. The Government will also consider past performance information where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable; and,
  5. The Contractor must identify the quote validity. Quoted prices should be valid for at least 60 days.

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

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.