Hydraulic Pressure Unit, Subsea and Linear Actuator
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, Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT) is soliciting quotations for Hydraulic Pressure Units, Subsea and Linear Actuators. This requirement is for a new prototype system currently in development. This is a Total Small Business Set-Aside. Quotes are due by Wednesday, February 11, 2026, at 12:00 PM EST.
Scope of Work
The solicitation seeks two (2) Subsea Hydraulic Pressure Units (SHPU) and two (2) Hydraulic Powered Linear Actuators. These units are for a new prototype system, with no existing control system. Minor deviations from specifications are acceptable but will be assessed for mission impact.
- SHPU Requirements (CLIN 0001): Must power a high-capacity subsea linear actuator, remain submerged for up to 12 months without service, deliver 64 gallons of fluid at 3000 PSI (1.5 GPM minimum), be powerable from 330-540VDC or 180-288VDC battery (<3kW desired), operate subsea up to 500 meters in 25F-86F water, and include a standard control interface (Ethernet/CANBus preferred) and built-in-test capability.
- Linear Actuator Requirements (CLIN 0002): Intended for an undersea "Dump Truck" type system to pivot a load from horizontal to a 20-degree angle. Must operate subsea up to 500 meters, be fully operational after 1 year of non-operating submersion, actuate loads up to 100,000 lbs at 3000 PSI, hold loads in extended position for up to 6 months without hydraulic pressure (mechanical locking preferred), have a minimum 65-inch stroke, automatically arrest load on pressure loss, and include a robust bracket.
Contract & Timeline
- Type: Combined Synopsis/Solicitation for a Purchase Order (commercial items).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333995 (Hydraulic And Pneumatic Presses, Power Driven) with a size standard of 800 employees.
- Period of Performance: 20 weeks from award for each CLIN.
- Delivery: F.O.B. Destination, Naval Station Newport, Rhode Island. Shipping charges must be included.
- Response Due: Wednesday, February 11, 2026, at 12:00 PM EST.
- Published Date: February 5, 2026.
Evaluation
Award will be based on a Best Value-Trade Off source selection process, considering:
- Technical Approach: Detailed descriptions of proposed solutions, including system details, diagrams, schematics, and safety risk mitigation. Quotes must clearly demonstrate compliance with specifications. The government will assess minor deviations. Offerors are responsible for their technical approach; no drawings or models will be provided.
- Past Performance: At least two examples of similar projects performed in the last five years, with specific details.
- Price: Pricing for CLINs 0001 and 0002 shall not be interdependent. Key evaluation factors for the SHPU include longevity in submerged environments, operability off DC bus, integrated components, reduced lead time, and performance history. For the Actuator, factors include longevity, endurance holding load, integrated bracket, minimizing initial load cases, reduced lead time, DoD experience, and performance history.
Additional Notes
All questions must be directed to the Contracts POC, Maria Diaz-Sotomayor, via email at maria.d.diaz-sotomayor.civ@us.navy.mil. Active registration with SAM.gov is required prior to award. The government reserves the right to make a single award or split awards for the CLINs.