NextGen UBA

SOL #: 07f0bac480534f4e8bc423a174100596Special 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 29, 2026
2
Action Date
May 5, 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), part of the Department of the Navy, has issued a Commercial Solutions Opening (CSO) for the Next Generation Underwater Breathing Apparatus (NextGen UBA). This initiative seeks innovative, commercially available, closed-circuit, back-mounted UBA systems to replace the legacy MK16 UBA used by U.S. Navy Explosive Ordnance Disposal (EOD) divers. The primary goal is to enhance diver safety, ensure mission success, and guarantee long-term viability through modernized technology. Solution Briefs are due by May 5, 2026, at 4 PM CST.

Scope of Work

NSWC PCD aims to procure a complete, currently in-production system solution that is non-developmental or readily adaptable. Key requirements include:

  • Primary Attributes: Closed-circuit, back-mounted, mixed-gas diving system capable of operating from 0 to 328 feet (100m) with N2O2 and HeO2 diluents. Must meet specific WOB/L and RMV limits, STANAG 2897/Class A for magnetic signature, and be compatible with a full-face mask. The system must provide real-time dive profile guidance via a head-up display (HUD) and alert divers to emergencies. It must be operational in extreme maritime environments (34°F+, high particulate, zero visibility, up to 1 knot current) and compliant with MIL-STD 810.
  • Secondary Attributes: Ability to record critical dive parameters, minimum 300 minutes of onboard oxygen, interface with an independent secondary dive computer, and resistance to radiated electric fields. System weight in air not to exceed 85 lbs.
  • Tertiary Attributes: HUD availability for future product improvements, pre-dive setup time not to exceed 30 minutes, and compatibility with a safe diver egress system.

Contract & Timeline

  • Type: Commercial Solutions Opening (CSO) N61331-26-S-NQ17. Awards will be fixed-price, with potential for multiple awards.
  • Duration: Period of performance for Solution Briefs or proposals generally no greater than 24 months. Potential for follow-on production contracts (FAR-based or Other Transaction) without further competition.
  • Set-Aside: This CSO is open to nontraditional defense contractors. For prototype Other Transaction (OT) agreements, specific conditions apply, such as significant participation by a nontraditional defense contractor or small business, or at least one-third non-Federal funding.
  • Response Due: May 5, 2026, 4 PM CST (5 PM EST).
  • Published: April 29, 2026.

Submission & Evaluation

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

  • Phase 1 (Solution Brief): Does not require formal submission of schedule, Rough Order of Magnitude (ROM) pricing, or data rights assertions, but companies must demonstrate the ability to fulfill these elements. Solution Briefs are evaluated on innovation, relevance to the Area of Interest (AOI), technical merit, and feasibility of testing.
  • Phase 2 (Pitch): Selected entities may be invited to pitch, requiring detailed data including testing, technical data package, Bill of Materials, training/fielding/sustainment pathways, key personnel qualifications, and production readiness assessment. Evaluation criteria include Relevance, Merit, Uniqueness, Viability, ROM, Schedule, and Data Rights. The Government will not pay for costs associated with Solution Briefs or pitches. Entities must have a Unique Entity ID (UEI) and CAGE Code registered in SAM to receive an award.

Additional Notes

The AOI is written broadly to encourage creativity. The Government may facilitate teaming introductions for vendors with complementary capabilities.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Special Notice
Posted: Apr 29, 2026
NextGen UBA | GovScope