NextGen UBA
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 Surface Warfare Center, Panama City Division (NSWC PCD) has issued a Commercial Solutions Opening (CSO) for the Next Generation Underwater Breathing Apparatus (UBA), seeking innovative commercial solutions to replace the legacy MK16 UBA. This effort aims to enhance diver safety and ensure long-term viability through modern technology. The CSO is open to nontraditional defense contractors. The closing date for submissions is April 28, 2026, at 1600 CST.
Purpose & Scope
This CSO (N61331-26-S-NQ17) seeks a sustainable, long-term replacement for the aging MK16 UBA used by U.S. Navy Explosive Ordnance Disposal (EOD) divers. The objective is to procure mature, non-developmental, and commercially available (or readily adaptable) closed-circuit, back-mounted UBA systems. The new system must integrate modern technology to enhance diver safety, ensure mission success with minimal acoustic and magnetic signatures, and guarantee long-term viability.
Key Requirements
The desired UBA system must be a complete solution currently in production and capable of near-term evaluation. Key attributes include:
- Primary: Closed-circuit, back-mounted, mixed-gas system; operational from 0 to 328 feet (100m) fsw with N2O2 and HeO2 diluents; minimum 20 minutes bottom time at 328 Ft; specific Resistive Effort and Residual Metabolic Volume requirements; capable of diluent switching; meets or capable of meeting STANAG 2897/Class A signature requirements; compatible with a full-face mask meeting magnetic signature requirements; provides real-time dive profile guidance via Head-Up Display (HUD); capable of alerting to emergencies; operational in extreme maritime environments (34°F+ water, high particulate, zero visibility, up to 1 knot current); compliant with MIL-STD 810; components must not pose safety/health hazards; gas flasks must maintain certifications.
- Secondary: Ability to record critical dive parameters; minimum 300 minutes of onboard oxygen at 4,350 PSI; interface capability with independent secondary dive computers; compatible with specific or modular buoyancy compensators; not susceptible to radiated electric fields; system weight in air not to exceed 85 lbs; electrical/computer components must achieve authority to operate.
- Tertiary: HUD available for future product improvements; pre-Dive setup not to exceed 30 minutes; compatibility with or plan for a safe diver egress system.
Submission & Evaluation
The process involves three phases: Solution Brief, Pitch, and Full Written Proposal. Solution Briefs are due first and will be evaluated based on innovation, relevance to the Area of Interest (AOI), technical merit, and feasibility of testing. Selected entities may be invited to a pitch session (Phase 2) and potentially a full proposal submission (Phase 3). The government will not pay for costs associated with Solution Briefs or pitches. Proposals will be assessed by NSWC PCD Technical and Contracting subject matter experts. The Q&A clarifies that Phase 1 pitches do not require formal schedule, ROM Pricing, or data right assertions, but companies must demonstrate the ability to fulfill these elements.
Contract Details
Awards will be fixed-price, and multiple awards may be made. The period of performance for any Solution Brief or proposal should generally be no greater than 24 months. There is potential for follow-on production contracts or agreements. Products acquired will be treated as commercial products.
Eligibility
This CSO is a competitive selection process open to nontraditional defense contractors. Entities must have a Unique Entity ID and CAGE Code registered in SAM to receive an award. To enter into a prototype Other Transaction (OT) agreement, at least one nontraditional defense contractor or nonprofit research institution must participate significantly, or all significant participants are small businesses/nontraditional defense contractors, or at least one-third of the total cost is paid from non-Federal Government sources.
Important Notes
The government does not currently plan to extend the RFI deadline. The AOI is written broadly to encourage creativity and participation and may be modified. All submissions shall be unclassified. Vendors should not submit multiple solution briefs unless substantively unique.