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 of TOWED ARRAY SUBASSE (Product Service Code 5845 - Underwater Sound Equipment). This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The resultant award will be a bilateral contract. Proposals are due February 13, 2026.
Scope of Work
This solicitation covers the manufacture and quality requirements for the TOWED ARRAY SUBASSE, Part Number 497A75300-39. Key aspects include:
- Design, Manufacture, and Performance: Must meet specifications on drawing 497A75300, cage 53711.
- Process Qualification: Vendors must comply with multiple drawing and mil-spec requirements, including specific process qualifications for vulcanization of chloroprene rubber (NAVSEA Drawing 8482161), installation of vibration damping tiles (8482159), bonding with epoxy adhesives (8482158), and gap filling (8482160). Requalification is required if material formulation or manufacturing processes change.
- First Article Approval (FAT): Required, including tensile testing on bonded structures (6,000 LBS load) and hardness verification. Approval by NUWC NWPT ISEA is mandatory before production.
- Production Lot Approval: Required, including cured FN 10 hardness tests on each batch of mixed material.
- Configuration Control: Adherence to MIL-STD-973, Paragraph 5.4.8, for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Requirement: Strict prohibition of metallic mercury and contamination, with specific procedures for approval if mercury is a functional part.
- Marking: In accordance with MIL-STD-129.
- Delivery: CLIN 0001AA (2 units) and CLIN 0001AB (1 unit) within 180 days.
Contract Details & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- NAICS: 334290 (Size Standard: 800 employees)
- Priority Rating: DO certified under DPAS for national defense.
- Warranty: One year from date of delivery for noncomplex supplies.
- Quality System: ISO 9001 (MIL-I-45208 also accepted).
- Response Due: February 13, 2026, 8:30 PM EST
- Published: January 8, 2026
Evaluation Factors
Award will be based on the lowest aggregate total price submitted for the total quantity, inclusive of the option provision. Pricing for the option provision is requested.
Additional Notes
- This is an amended solicitation.
- Access to drawings must be requested on SAM.gov, followed by an email to the POC.
- An option provision is included, allowing the Government to add additional quantity via modification 365 days after award.
- Only authorized distributors of the original manufacturer's item will be considered; proof is required with the offer.
- Technical questions regarding testing should be directed to Michael Reed (michael.d.reed@navy.mil) at Naval Undersea Warfare Center Division Newport.
- Contact for general inquiries: Stephen A. Knox (stephen.a.knox.civ@us.navy.mil, 717-605-6805).