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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH is soliciting proposals for the manufacture and quality assurance of TOWED ARRAY SUBASSE units. This opportunity is a Total Small Business Set-Aside. The award will be based on the lowest aggregate total price. Proposals are due by April 15, 2026.
Scope of Work
This requirement involves the manufacture of TOWED ARRAY SUBASSE units, adhering to specific design, manufacturing, and performance requirements detailed in drawing 497A75200 (cage 53711) and various MIL-STDs. Key aspects include:
- Design & Performance: Compliance with drawing 497A75200 and associated specifications.
- Process Qualification: Mandatory qualification for processes such as 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. Requalification is required if materials or processes change.
- Testing: Requires First Article Approval (Contractor Testing) and Production Lot Approval (Contractor Testing). First Article Test (FAT) includes tensile tests on bonded structures and hardness verification. Production Lot Tests involve hardness testing on each batch of mixed material. Michael Reed (michael.d.reed@navy.mil) is the POC for testing.
- Quality System: Suppliers must maintain a quality system acceptable to the Government, in accordance with ISO 9001 or MIL-I-45208.
- Configuration Control: Adherence to MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
- Material Restrictions: The material must be mercury-free for use on submarines/surface ships.
- Packaging: MIL-STD 2073 packaging applies.
Contract & Timeline
- Type: Solicitation (bilateral award requiring contractor acceptance)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Option: Includes an option for increased quantity, exercisable 365 days after award. Pricing for this option should be submitted.
- Proposal Due: April 15, 2026, 8:30 PM Z
- Published: March 10, 2026
Evaluation
Award will be made to the offeror submitting the lowest aggregate total price for the total quantity, including the option provision. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a DO certified order for national defense under DPAS.
Additional Notes
- Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered. Proof of authorization on company letterhead is required with the offer.
- Drawing Access: If drawings are included, access must be requested on the SAM.gov solicitation page, followed by an email to the listed POC.
- Contact: Primary contact for this solicitation is STEPHEN.A.KNOX.CIV@US.NAVY.MIL.