42--SUBMARINE ESCAPE IM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVSUP Weapon Systems Support (WSS), is soliciting proposals for the manufacture or refurbishment of SUBMARINE ESCAPE IM (SESSPE), also known as SEIE MK11, for the Survival and Escape Program. This is a Total Small Business Set-Aside opportunity. Proposals are due by February 2, 2026.
Scope of Work
This requirement involves the manufacture or refurbishment of Submarine Escape and Surface Survival Personnel Equipment (SESSPE) in accordance with Functional Requirements Document SESSPE FRD Rev F (CSD681). Key aspects include:
- Product: SUBMARINE ESCAPE IM (SESSPE), P/N: SEIE MK11.
- Packaging: SESSPEs can be shipped in double-walled cardboard boxes, not stacked more than 5 high, with appropriate DOT exemption forms for compressed CO2 cartridges.
- Bill of Materials (BOM): Requires omission of subcontractor names, a signed statement confirming part numbers, detailed material descriptions (composition, dimensions, MIL STD, function), and Berry compliance (Y/N).
- Quality Assurance: Initial Production Lot Test and Approval is required, with vendor onsite QA observations by a PNS representative for Thermal Protective Garment, Escape suit, and Life raft components. Post-Production Lot Tests (destructive) require delivery of two complete SESSPE units.
- Configuration Control: Contractor must maintain total equipment baseline configuration and provide proprietary design drawings and BOM (CSD682) in electronic (C4) format. Waivers/Deviations and Engineering Change Proposals (ECPs) must be submitted via the ECDS system.
- Marking: In accordance with MIL-STD-130.
- Mercury Free: Mercury and mercury-containing compounds are prohibited.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Firm Fixed-Price (FFP) contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Delivery Schedule: Staggered delivery of five batches of 180 units, starting 120 days after contract award (ARC), with subsequent deliveries every 30 days until the final 98 units are delivered. An option for increased quantity (SUBCLIN 0001AB) for 1,000 units follows a similar staggered schedule after option modification.
- Option: A 100% option (1,000 each) SUBCLIN (0001AB) is required to be quoted.
- Partial/Early Delivery: Authorized and desired at no additional cost.
- Response Due: February 2, 2026, 8:00 PM EST.
- Published: January 22, 2026.
Evaluation
NAVSUP WSS will consider past performance in the evaluation of offers (Clause 252.204-7024). The award will be issued bilaterally, requiring contractor acceptance. This is a rated order for national defense use, requiring compliance with the Defense Priorities and Allocations System Regulation (15 CFR 700).
Additional Notes
Offerors should refer to the Contract Support Library references (CSD681, CSD682, CSD715) available on ECDS (https://register.nslc.navy.mil/) for detailed technical requirements. The latest amendment provides updated delivery schedules and clarifies BOM requirements.