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, has issued a solicitation for the manufacture and supply of TOWED ARRAY SUBASSE components. This requirement is under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The contract will be bilaterally awarded and is DO certified under the Defense Priorities and Allocations System (DPAS). Proposals are due by May 5, 2026.
Scope of Work
This opportunity requires the manufacture of TOWED ARRAY SUBASSE components, adhering to stringent design, manufacturing, and performance specifications, primarily drawing 497A75200 (PN - 497A75200-9). Key requirements include:
- Process Qualification: Vendors must comply with multiple drawing and military specifications, including NAVSEA Drawings 8482161 (Vulcanization of Chloroprene Rubber), 8482159 (Vibration Damping Tiles), 8482158 (Epoxy Adhesives), and 8482160 (Gap Filling). Process qualification is required prior to production orders.
- First Article Approval (FAT): Required, including tensile testing on bonded structures (minimum 6,000 LBS load) and hardness verification per MIL-PRF-81733. Approval by NUWC NWPT ISEA is mandatory before production.
- Production Lot Approval: Required, involving quality conformance tests such as cured hardness testing per MIL-PRF-81733 on each batch of mixed material.
- Configuration Control: Adherence to MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
- Mercury-Free Requirement: All materials must be mercury-free and free from contamination, as components are intended for submarines/surface ships.
- Quality System: Suppliers must maintain a quality system acceptable to the Government, in accordance with ISO 9001 (or MIL-I-45208).
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business
- Product Service Code: 5845 (Underwater Sound Equipment)
- Response Due: May 5, 2026, 8:30 PM EDT
- Published: February 23, 2026
- Option: Includes an option for increased quantity (up to a percentage cited) for 365 days after award, allowing for modification without re-solicitation.
Evaluation
Award will be based on the lowest aggregate total price submitted for the total quantity, inclusive of the option provision.
Additional Notes
Access to drawings must be requested via the SAM.gov solicitation page. Offerors must provide proof of authorized distributor status if applicable. Technical inquiries regarding testing should be directed to Michael Reed (michael.d.reed@navy.mil) at Naval Undersea Warfare Center Division Newport.