58 - Towed Array, Sonar
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 Defense Logistics Agency (DLA) Mechanicsburg is soliciting quotations (RFQ SPRMM1-26-Q-KD10) for the procurement of Towed Array, Sonar and Display Units for use on submarines and surface ships. This is an unrestricted solicitation, open to both small and other than small businesses. Proposals are due by May 06, 2026.
Scope of Work
This opportunity requires the manufacture and delivery of two primary items:
- CLIN 0001: Towed Array, Sonar: Must adhere to contract quality requirements, be physically identified per MIL-STD-130 REV N, and packaged per MIL-STD-2073. The material must be mercury-free.
- CLIN 0002: Display Unit: Similar requirements for manufacture, identification (MIL-STD-130 REV N), packaging (MIL-STD-2073), and mercury-free material.
Security Requirements
A DD Form 254, Contract Security Classification Specification, is included, mandating SECRET level Facility Security Clearance (FCL) and safeguarding. Bidders must ensure they and their subcontractors possess appropriate clearances and adhere to strict handling, transmission, reproduction, and storage procedures for classified information, including COMSEC, National Intelligence Information, and Controlled Unclassified Information (CUI). Operations Security (OPSEC) and security for unclassified Automated Information Systems (AIS) handling CUI are also required. No public release of contract-related information is permitted without government approval.
Contract Details
- Contract Type: Implied Fixed-Price based on RFQ format.
- Delivery: ASAP delivery is indicated.
- Quality Requirements: Higher Level Inspection is required, with Inspection and Acceptance at Source (JUN 2018). Quality systems must comply with ISO 9001.
- Payment & Reporting: Electronic submission of payment requests and receiving reports via Wide Area Workflow (WAWF) is mandatory.
- Cybersecurity: Compliance with safeguarding covered defense information and cyber incident reporting is necessary.
- Eligibility: Offerors must be authorized distributors of the original manufacturer's item.
Submission & Evaluation
- Submission Deadline: Close of business on May 06, 2026.
- Evaluation Criteria: Award will be made using the Lowest Price Technically Acceptable (LPTA) method.
- Offer Validity: Offers must be valid for 30 calendar days.
Additional Notes
Drawings or technical data for these items are not available. Vendors are recommended to provide contact information to NAVSUP Weapon System Support for automated notifications.