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 of TOWED ARRAY SUBASSE components. This requirement is a Total Small Business Set-Aside and involves complex manufacturing processes requiring specific qualifications and adherence to military specifications. Proposals are due by May 5, 2026.
Scope of Work
This solicitation covers the design, manufacture, and performance requirements for the TOWED ARRAY SUBASSE, specifically drawing 497A75200, cage 53711. The item is an assembly of parts, and both piece parts and assemblage processes must comply with detailed production notes and drawing specifications. Key requirements include:
- Marking: In accordance with MIL-STD-129.
- Process Qualification: Required for specific NAVSEA Drawings (8482161, 8482159, 8482158, 8482160) related to vulcanization, vibration damping tile installation, epoxy bonding, and gap filling.
- First Article Approval (Contractor Testing): Mandates a tensile test on bonded structures (IAW 8482158) and cured hardness verification (IAW MIL-PRF-81733). Approval by NUWC NWPT ISEA is required prior to production.
- Production Lot Approval (Contractor Testing): Requires cured hardness tests (IAW MIL-PRF-81733) on each batch of mixed material.
- Configuration Control: Must adhere to MIL-STD-973.
- Mercury-Free: Materials must be free from metallic mercury and contamination for use on submarines/surface ships.
- Quality System: Must be ISO 9001 compliant, with MIL-I-45208 also acceptable.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5845 (Underwater Sound Equipment)
- Proposal Due: May 5, 2026, 8:30 PM EDT
- Published: February 4, 2026
Evaluation
Award will be based on the lowest aggregate total price submitted for the total quantity, inclusive of the option provision for increased quantity. The Government has an option to increase quantity 365 days after award.
Special Instructions
- Drawings: Access to drawings must be requested on the SAM.gov individual solicitation page, followed by an email to the listed POC.
- 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.
- Contacts: Stephen A. Knox (stephen.a.knox.civ@us.navy.mil) is the primary contact. Michael Reed (michael.d.reed@navy.mil) is the point of contact for testing-related questions.