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 components. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The resultant contract will be DO certified under the Defense Priorities and Allocations System (DPAS). Proposals are due by February 13, 2026.
Scope of Work
This solicitation covers the manufacture and quality assurance of TOWED ARRAY SUBASSE components, specifically Part Number 497A75300-39, cage 53711. Key requirements include:
- Design, Manufacture, and Performance: Adherence to drawing 497A75300 and associated specifications.
- Marking: In accordance with MIL-STD-129.
- Process Qualification: Vendors must comply with and qualify processes for vulcanization of chloroprene rubber, installation of vibration damping tiles, bonding with epoxy adhesives, and gap filling as per NAVSEA drawings (e.g., 8482161, 8482159, 8482158, 8482160). Requalification is required for material or process changes.
- First Article Approval (FAT): Contractor testing and approval are mandatory, including tensile tests on bonded structures (minimum 6,000 lbs load) and cured hardness verification (MIL-PRF-81733). A report (DD Form 1423) must be submitted and approved before production.
- Production Lot Approval: Required, involving cured FN 10 Hardness Tests on each batch of mixed material for structure bonding.
- Mercury-Free Requirement: All materials must be free from metallic mercury and contamination for use on submarines/surface ships.
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business
- Product Service Code: 5845 (Underwater Sound Equipment)
- NAICS: 334290
- Delivery: CLIN 0001AA (2 units) and CLIN 0001AB (1 unit) within 180 days of award.
- Warranty: One year from date of delivery.
- Proposal Due: February 13, 2026, 21:30 UTC.
- Published: February 10, 2026.
Evaluation
Award will be based on the lowest aggregate total price submitted for the total quantity, inclusive of the option provision. An option provision is included for additional requirements 365 days post-award.
Quality & Compliance
- Quality System: Suppliers must maintain a quality system acceptable to the Government, in accordance with ISO 9001. MIL-I-45208 is also permitted.
- Configuration Control: MIL-STD-973 applies to Engineering Change Proposals, Deviations, and Waivers.
- Packaging: MIL-STD 2073 applies.
- Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered; proof is required.
Additional Notes
Access to drawings must be requested on SAM.gov and followed by an email to the Point of Contact. Technical inquiries regarding testing should be directed to Michael Reed (michael.d.reed@navy.mil). The primary point of contact for the solicitation is STEPHEN.A.KNOX.CIV@US.NAVY.MIL.