58--TOWED ARRAY SUBASSE
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, specifically NAVSUP Weapon Systems Support Mech, is soliciting proposals for the manufacture and supply of TOWED ARRAY SUBASSE (Part Number 497A75300-39). This is a Total Small Business Set-Aside opportunity. The solicitation has been amended, extending the proposal due date to March 27, 2026, at 4:30 PM EDT.
Scope of Work
This requirement involves the design, manufacture, and performance of the TOWED ARRAY SUBASSE, adhering to specific drawing specifications (e.g., 497A75300, cage 53711) and military standards. Key aspects include:
- Process Qualification: Required for vulcanization of chloroprene rubber, installation of vibration damping tiles, bonding with epoxy adhesives, and gap filling, as per NAVSEA Drawings 8482161, 8482159, 8482158, and 8482160.
- First Article Approval (FAT): Contractor testing is mandatory, including tensile tests on bonded structures (minimum 6,000 lbs load) and hardness verification (MIL-PRF-81733). Approval by NUWC NWPT ISEA is required before production.
- Production Lot Approval: Quality conformance tests, specifically cured hardness tests (MIL-PRF-81733), must be performed on each batch of mixed material used for structure bonding.
- Configuration Control: Adherence to MIL-STD-973 for engineering change proposals, deviations, and waivers.
- Mercury-Free Requirement: All materials supplied for use on submarines/surface ships must be free from metallic mercury and contamination.
- Quality System: Contractors must maintain a quality system acceptable to the Government, in accordance with ISO 9001 (MIL-I-45208 also permitted).
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Solicitation (Implied Firm Fixed-Price based on evaluation)
- Set-Aside: Total Small Business
- Proposal Due: March 27, 2026, 4:30 PM EDT
- Published: February 27, 2026
Evaluation
Award will be based on the lowest aggregate total price submitted for the total quantity, including any option provisions.
Additional Notes
- An option provision is included, allowing the Government to add additional quantity up to a cited percentage 365 days after award. Pricing for this option is requested.
- Authorized distributors of the original manufacturer's item are preferred; proof of authorization on company letterhead is required with the offer.
- Technical inquiries regarding testing should be directed to Michael Reed (michael.d.reed@navy.mil) at Naval Undersea Warfare Center Division Newport.
- All contractual documents will be issued bilaterally, requiring contractor acceptance.
- This is a DO certified order under the Defense Priorities and Allocations System (DPAS).