NextGen UBA

SOL #: 8f546f82f51e438a9992ba9dc5ff030eSpecial Notice

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
PANAMA CITY BEACH, FL, 32407-7001, United States

Place of Performance

FL

NAICS

Sporting and Athletic Goods Manufacturing (339920)

PSC

Marine Lifesaving And Diving Equipment (4220)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 14, 2026
2
Action Date
Apr 28, 2026, 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.

Quick Summary

The Naval Surface Warfare Center, Panama City Division (NSWC PCD) has issued a Commercial Solutions Opening (CSO), N61331-26-S-NQ17, seeking innovative commercial solutions for a Next Generation Underwater Breathing Apparatus (UBA). This initiative aims to replace the aging MK16 UBA used by U.S. Navy Explosive Ordnance Disposal (EOD) divers with a mature, non-developmental, and commercially available closed-circuit, back-mounted system. The goal is to enhance diver safety, minimize acoustic and magnetic signatures, and ensure long-term viability through a sustainable logistics framework. Solution Briefs are due by April 28, 2026, at 4:00 PM CST.

Scope of Work

The requirement is for a complete, currently in-production UBA system that is sustainable and integrates modern technology. Key primary attributes include:

  • Closed-circuit, back-mounted, mixed-gas diving system (N2O2 and HeO2) operational from 0 to 328 feet (100m) fsw, with a minimum 20 minutes bottom time at 328 ft.
  • Specific performance metrics for Resistive Effort (WOB/L or KPa) and Residual Metabolic Volume (RMV).
  • Diluent switching capability at 32 FSW and 12 FSW on ascent.
  • STANAG 2897/Class A signature requirements and compatibility with a full-face mask (FFM) meeting specific magnetic signature requirements.
  • Real-time dive profile guidance (HUD) and emergency alerting.
  • Operational in extreme maritime environments (34°F+ water, high particulate, zero visibility, up to 1 knot current) and compliant with MIL-STD 810 for storage, transport, and operation.
  • Safety and health hazard-free components with certified and protected gas flasks.

Secondary and tertiary attributes include recording critical dive parameters, minimum 300 minutes of onboard oxygen, interface with secondary dive computers, specific buoyancy compensator compatibility, resistance to radiated electric fields, system weight limits (<= 85 lbs in air), and a plan for safe diver egress.

Contract Details

Awards will be made on a fixed-price basis and may utilize FAR-based contracts or Other Transaction Agreements (OTAs). The period of performance for any Solution Brief or proposal should generally not exceed 24 months. There is potential for follow-on production FAR-based contracts or OTAs without further competition.

Eligibility & Set-Aside

This CSO is broadly written to encourage participation from nontraditional defense contractors. Foreign-owned businesses may submit independently or as part of a U.S.-owned teaming arrangement. To receive an award, entities must have a Unique Entity ID and CAGE Code registered in SAM. For prototype OT agreements, at least one nontraditional defense contractor or nonprofit research institution must participate significantly, or all significant participants must be small businesses/nontraditional, or at least one-third of the total cost must be from non-Federal sources. No specific set-aside is designated.

Submission & Evaluation

The process involves three phases: Solution Brief, Pitch, and Full Written Proposal.

  • Solution Briefs are due first and will be evaluated on innovation, relevance to the AOI, technical merit, and feasibility of testing.
  • Selected Solution Briefs may be invited to a Pitch session.
  • Finalists may be invited to submit a full written proposal.
  • The Government will not pay for costs associated with Solution Briefs or Pitches.
  • Evaluation criteria for pitches include Relevance, Merit, Uniqueness, Viability, Rough Order of Magnitude (ROM), Schedule, and Data Rights. All submissions must be unclassified.

Key Dates

  • Solution Briefs Due: April 28, 2026, 4:00 PM CST
  • Published Date: April 14, 2026

Contact Information

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Special Notice
Posted: Apr 14, 2026
NextGen UBA | GovScope