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) repair, restoration, and replacement services. This requirement ensures the sustained operational capability of the Fleet's complex mast systems. Proposals are due April 30, 2026.
Scope of Work
This contract covers depot-level services for SubHDR MMS, including:
- MMS Standard Repair: Repair of Circuit Card Assemblies (CCAs) and instruments (Gyro/Triad), including calibration and firmware reload.
- MMS Over and Above Repair (OAR): Repair beyond standard scope, requiring Government approval.
- MMS Beyond Economic Repair (BER): Determination and reporting for failures beyond OAR.
- MMS Overhaul: Replacement of gyros and triad with new Shop Replaceable Units (SRUs), calibration, and Acceptance Test Procedure (ATP).
- Manufacture of specific SRUs: Including Accelerometer Triad Assembly, HVPS CCA, LN100 Flex Cable, SYS Processor CCA, Laser Gyro Instrument Assembly, Sensor and Cable Assembly, LVPS CCA, and Sensor Electronics CCA.
- Non-Recurring Engineering Services.
- Deliverables: Various Contract Data Requirements List (CDRL) items such as Repair Activity Summary (RAS) Reports, OAR Reports, BER Reports, Bi-weekly Status Reports, Resolution Plans, and Contract Status Reports.
Contract Details
- Contract Type: 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.
- Minimum Obligation: $5,000.00, satisfied by an initial FFP Task Order for Standard Repairs.
- Set-Aside: This is a sole source requirement to Northrup Grumman Systems Corporation.
- NAICS Code: 334511 (Small Business Size Standard: 1,350 employees).
- Government Furnished Property (GFP): Specific components and 50 Mast Motion Sensors (MMS) will be provided.
Submission & Evaluation
- Proposal Submission: Electronically via email to the Contracting Officer.
- Evaluation: Award will be made to the sole source offeror (NGSC) based on a fair and reasonable price. Evaluation factors include Organizational Conflict of Interest (OCI), Government Furnished Property (GFP) compliance, Small Business Participation, and Cost/Price Analysis.
- Key Deadlines:
- Questions due: Fifteen (15) calendar days following solicitation issuance.
- Proposal due: April 30, 2026, by 02:00 PM local time.
Additional Notes
This is a follow-on requirement to contract N66604-21-D-B000. Companies requesting to view Controlled Unclassified Information (CUI) documents must be registered with the DoD Joint Certification Program (JCP). Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) is required.