Remote Minehunting (RMH) Module
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), on behalf of the PEO Unmanned and Small Combatants (PEO USC) Mine Warfare Program Office (PMS 495), has issued Solicitation N00024-25-R-6304 for the Remote Minehunting (RMH) Module. This opportunity covers RMH Module production, associated engineering support, and spares, aiming to detect, classify, and localize various mines. The procurement is for a consolidated supply contract, anticipated for award around August 2026. Proposals are due by January 30, 2026.
Scope of Work
The RMH Module is designed to replace the legacy AN/AQS-20 system. It will deploy and retrieve a Tow Body (TB) from the Mine Countermeasures Unmanned Surface Vehicle (MCM USV) and includes a Payload Delivery System (PDS) and associated software. The scope encompasses the production of these modules, along with necessary engineering support and spare parts. The effort focuses on enhancing mine detection, classification, and localization capabilities.
Contract & Timeline
- Type: Solicitation (N00024-25-R-6304)
- Set-Aside: None (Full and Open Competition)
- Product/Service Code: 5845 - Underwater Sound Equipment
- Proposal Due: January 30, 2026 (extended by Amendment 0004)
- Anticipated Award: August 2026
- Published: January 21, 2026 (latest update)
Key Requirements & Access
The solicitation is issued electronically via PIEE (https://piee.eb.mil/). Offerors must request access to the solicitation and restricted attachments through PIEE, and also submit a Terms of Use Agreement (TOU) and a Security Classification Specification, DD Form 254. Offerors must be active Department of Defense (DoD) contractors. The Classified Addendum to the Performance Specification (dated 12 July 2024) remains unchanged. Proposal submissions via PIEE should consist of individual files, as .Zip files are not accepted, with each document's volume clearly identified.
Consolidation Rationale
This procurement consolidates requirements previously met by four separate sole-source contracts. A Determination and Findings (D&F) document supports this approach, citing benefits such as integration efficiencies (reducing costs and the need for a System Integration Laboratory) and Statement of Work (SOW) efficiencies (improving configuration control, reducing technical/schedule risk). Market research indicated that consolidation would not negatively impact small businesses and could increase their participation, despite the procurement being full and open competition.