Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
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 Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Northrup Grumman Systems Corporation (NGSC) for Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS) depot level services. This requirement covers repair, calibration, overhaul, and manufacture of long lead MMS Shop Replaceable Units (SRUs) to sustain the Fleet's complex mast systems. This is a follow-on to contract N66604-21-D-B000.
Scope of Work
The services required include:
- MMS Standard Repair: Repair of Circuit Card Assemblies (CCAs), instruments (Gyro or Triad), and replacement of Gyros.
- MMS Overhaul: Replacement of gyros and triads with new SRUs, sensor calibration, firmware reload, and specific Acceptance Test Procedures (ATP).
- Manufacture of SRUs: Production of specific SRUs (e.g., Accelerometer Triad Assembly, HVPS CCA, LN100 Flex Cable Assembly, SYS Processor CCA, Laser Gyro Instrument Assembly, Sensor and Cable Assembly, LVPS CCA, Sensor Electronics CCA).
- Non-Recurring Engineering Services: Addressing obsolescence and Diminishing Manufacturing Sources and Material Shortages (DMSMS).
- Deliverables: Include Repair Activity Summary (RAS) Reports, Over and Above Repair (OAR) Reports, Beyond Economic Repair (BER) Reports, Bi-weekly Status Reports, Resolution Plans, and Contract Status Reports.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), and Cost Reimbursement (CR) components.
- Period of Performance: December 31, 2026, to December 30, 2031.
- Estimated Value: Minimum obligation of $5,000.00, satisfied with an initial FFP Task Order for Standard Repairs.
- Set-Aside: None (Sole Source).
- NAICS Code: 334511 (Small Business Size Standard: 1,350 employees).
- Cybersecurity Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) is required.
- Government Furnished Property (GFP): Specific GFP items, including various Accelerometer Triad Assemblies, HVPS CCAs, LN100 Flex Cables, SYS Processor CCAs, Laser Gyro Instrument Assemblies, Sensor and cable assemblies, LVPS CCAs, Sensor Electronics CCAs, and Mast Motion Sensors (MMS), will be provided.
Submission & Evaluation
- This is a sole source requirement to Northrup Grumman Systems Corporation. This solicitation is not a request for competitive proposals.
- Proposals are due: May 20, 2026, by 2:00 PM local time.
- Questions are due: Within 15 calendar days of solicitation issuance.
- Evaluation: Award will be made to the sole source offeror based on a fair and reasonable price, with evaluation of cost/price analysis per FAR 15.404-1, and compliance with requirements including Organizational Conflict of Interest (OCI) and Small Business Participation.
Additional Notes
Applicable documents, including drawings and test procedures, are referenced. Offerors must comply with all applicable FAR and DFARS clauses.