Low Profile Mast (LPM)
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 Naval Sea Systems Command (NAVSEA), in support of Program Executive Office Undersea Warfare Systems (PEO UWS), has issued a Sources Sought notice to identify sources for the production and maintenance of Low Profile Masts (LPMs). These LPMs are critical components of the AN/BVY-1 Integrated Submarine Imaging System (ISIS) for VIRGINIA, COLUMBIA, and SSGN Class submarines. The Government contemplates a single-award IDIQ contract with a five-year ordering period. Responses are due by February 13, 2026.
Scope of Work
The procurement encompasses the full lifecycle of LPMs, including design, production, testing, delivery, modification, repair, maintenance, and in-service support. This also covers the development of photonics mast outboard subsystems, environmental qualification, program management, engineering services, logistics, supportability, configuration management, testing, evaluation, and installation. LPMs must meet specific photonics performance/functional specifications, including the Type 20/Type 24 Test Requirements Matrix and a Classified Annex (SECRET).
Response Requirements
Interested parties must submit a White Paper addressing their approach, capabilities, and concepts to meet the performance/functional specifications. Key areas to address include:
- Technical / Facility Capabilities: Personnel, manufacturing capacity (minimum eight production LPMs annually), new hardware development and transition, obsolescence management, performance metrics, testing capabilities, facility operations, procurement strategies, scheduling, and engineering service management.
- Maintenance Philosophy: Approaches for capability/maintainability improvements, support for Government Furnished Equipment (GFE)/Contractor Furnished Equipment (CFE) testing, depot maintenance, fleet-support field-maintenance, warranty repair, and integration of supportability into design.
- Data Rights: The Government desires at least a Government Purpose Rights (GPR) license for noncommercial Technical Data, Computer Software, and Computer Software Documentation. Respondents must detail any limitations.
- Recent and Relevant Contract Experience: Demonstrate experience in the above technical and maintenance areas.
Accessing Specifications
To receive the performance/functional specifications, interested parties must submit a written request and a signed Terms of Use Agreement (TOUA) to Mr. John Butto (john.n.butto.civ@us.navy.mil) and Mr. TJ Adams (thomas.j.adams84.civ@us.navy.mil) by February 13, 2026, 4:00 pm EST. The request must include company name, CAGE/DUNS, address, POC information, Facility Clearance level, Security POC, DD Form 2345, Business Size/Status, and number of employees. The TOUA outlines strict conditions for handling Government Furnished Information (GFI), including classified data, and requires destruction of all copies within 30 days after the sources sought submission date.
Contract & Timeline
- Type: Sources Sought (for market research purposes)
- Contemplated Contract Type: Single-award IDIQ
- Contemplated Duration: Five (5) year Ordering Period
- Set-Aside: None specified
- Response Due: February 13, 2026, 4:00 pm EST
- Published: January 15, 2026
Additional Notes
This is a Sources Sought notice only and not a Request for Proposals. It does not obligate the Government to award a contract or pay for information provided. Responses will be used for acquisition strategy development.