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 and Surface Survival Personnel Equipment (SESSPE), specifically P/N: SEIE MK11. This is a Total Small Business Set-Aside opportunity. The procurement involves a Firm Fixed-Price (FFP) contract. Proposals are due by February 2, 2026.
Scope of Work
This requirement is for the Survival and Escape Program, focusing on the SUBMARINE ESCAPE IM (SESSPE). Contractors must manufacture or refurbish SESSPE in accordance with the Functional Requirements Document SESSPE FRD Rev F (CSD681) and other Contract Support Library references (CSD682 - SESSPE BOM, CSD715). Key aspects include:
- Production Lot Testing: Required initially, with vendor onsite QA observations by a PNS representative for assembly and packaging of components (Thermal Protective Garment, Escape suit, Life raft).
- Post-Production Testing: Destructive testing of two complete SESSPE units by the Government.
- Configuration Control: Contractor must maintain the equipment baseline, providing proprietary design drawings and a comprehensive Bill of Materials (CSD682) in electronic (C4) format.
- Waivers/Deviations & ECPs: All waivers, deviations, and Engineering Change Proposals (ECPs) for Class I or II changes must be submitted via the Electronic Contractor Data Submission (ECDS) system.
- Material Requirements: Mercury-free components are mandatory. Packaging must comply with MIL-STD 2073.
Contract & Timeline
- Type: Firm Fixed-Price (FFP) Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 2, 2026, at 8:00 PM EST
- Published Date: January 28, 2026
- Delivery Schedule: Five batches of 180 units each, starting 120 days After Receipt of Contract (ARC), with subsequent deliveries every 30 days until the final 98 units are delivered at 270 days ARC.
- Option: A 100% option for SUBCLIN 0001AB (1,000 units) is required to be quoted, following the same delivery schedule upon option execution.
- Rated Order: This is a rated order for national defense use under the Defense Priorities and Allocations System Regulation (15 CFR 700).
Submission Requirements
Offerors must submit the DD1423 BOM CDRL A001 within 14 days after contract execution. Proposals must include the drawing and revision number in accordance with paragraph 3.5, and the entire solicitation must be completed and signed. For the Bill of Materials, subcontracted vendor names can be omitted, and a signed statement confirming part numbers must be provided. Material descriptions should include composition, dimensions, MIL STD, and function. Berry compliance can be indicated with a Y/N.
Evaluation Factors
NAVSUP WSS will consider past performance in the evaluation of offers (Clause 252.204-7024). Award will be issued bilaterally, requiring contractor acceptance.
Additional Notes
This solicitation has undergone several amendments, with the latest clarifying mandatory requirements and confirming the closing date. Partial and early delivery is authorized and desired.