AN/SLQ-25E “NIXIE” Follow-on Contract - RFI/Presolicitation Notice

SOL #: N0025325R7004Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL UNDERSEA WARFARE CENTER
KEYPORT, WA, 98345-7610, United States

Place of Performance

Chesapeake, VA

NAICS

Search (334511)

PSC

Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment (5865)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2025
2
Last Updated
Apr 24, 2025
3
Response Deadline
Mar 26, 2025, 9:00 PM

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.

***UPDATED ON 24 APRIL 2025***

The RFI Questionnaire Q&A document is now attached to this notice. Please see Attachments section below.

**********************************************************************

***UPDATED ON 4 MARCH 2025***

For those who submitted a signed Terms of Use Agreement (TOUA) document prior to the deadline of 17:00EST on 4 February 2025, the date to submit the completed questionnaire has been revised from 17:00EST on 28 February 2025 to 17:00EST on 26 March 2025. Please email the completed questionnaire to Stacy Noble at stacy.e.noble.civ@us.navy.mil as originally requested.

**********************************************************************

Naval Undersea Warfare Center (NUWC) Division Keyport intends to issue a solicitation for the production of AN/SLQ-25E Hardware Configuration Item (HWCI) Units based on Build-To-Print (BTP) Level 3 Technical Data Packages (TDPs) as specified in the Statement of Work (SOW). The AN/SLQ-25 system (NIXIE) is a multi-function torpedo countermeasure system that employs an underwater towed acoustic projector, deployed astern by a fiber optic tow cable and provides persistent torpedo defense when deployed.

The Government anticipates award of one (1) Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract, with Cost-Plus-Fixed-Fee (CPFF) Engineering and Technical (E&T) Services. Offerors are required to provide Free On Board (FOB) Destination pricing to In-Service Engineering Agent (ISEA) at Norfolk.

This Request For Information (RFI)/Presolicitation Notice is being issued in accordance with Federal Acquisition Regulation (FAR) 5.204 for non-commercial items procured in accordance with FAR Part 15 – Contracting by Negotiation. This is a RFI/Presolicitation Notice only. Do not submit a proposal in response to this notice. The solicitation closing date is anticipated to be approximately 30-45 days after the issuance of Solicitation N0025325R7004; the actual closing date and time will be identified in the solicitation. Requirements and evaluation procedures will be documented in the solicitation, which will be required to be completely filled out and submitted before the solicitation closes.

Offerors must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/, a Federal Government owned website.

Access to unclassified export controlled technical data is required during performance of this contract. To gain access to the unclassified export controlled technical data, contractors must meet the following criteria:

  • Have a minimum Confidence Level rating of Basic in the National Institute of Standards and Technology Special Publication (NIST SP) 800-171 Assessment Compliance Report posted within the Supplier Performance Risk System (SPRS). For more information regarding NIST SP 800-171, please go to https://www.sprs.csd.disa.mil/.
  • Have an active certificate in the Defense Logistics Agency’s (DLA) Joint Certification Program (JCP). For more information regarding JCP, please go to https://www.dla.mil/Logistics-Operations/Services/JCP/.

In order to obtain the Government Furnished Information (GFI) Document Package associated with this RFI/Presolicitation Notice, please download the Terms of Use Agreement (TOUA) document in the Attachments section of this notice below. You are required to acknowledge and accept the terms of the letter. Such acknowledgement and acceptance must be made by the Facility Security Officer on Enclosure 1. Please save the completed Enclosure 1 document as an Adobe PDF and email to Ronda Pelosi, ronda.m.pelosi.civ@us.navy.mil, and, Stacy Noble, stacy.e.noble.civ@us.navy.mil, by 17:00EST on 4 February 2025. The GFI Document Package will be routed once verification has been successfully completed.

A Questionnaire is part of the GFI Document Package and is intended to assist the Government in finalizing the solicitation documents. Please return the completed questionnaire to Stacy Noble at stacy.e.noble.civ@us.navy.mil no later than 17:00EST on 28 February 2025.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Pre-Solicitation
Posted: Apr 24, 2025
Version 2
Pre-Solicitation
Posted: Mar 4, 2025
View
Version 1
Pre-Solicitation
Posted: Jan 22, 2025
View