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 is a critical follow-on requirement to sustain the Fleet's operational capability.
Scope of Work
This contract covers comprehensive depot-level services for SubHDR MMS, including:
- Repair, calibration, and overhaul of failed MMS units.
- Manufacture of long-lead MMS Shop Replaceable Units (SRUs) and associated inventory management.
- Specific tasks encompass MMS evaluation, standard repairs, over and above repairs, beyond economic repairs, MMS overhaul, and non-recurring engineering.
Contract Details
- Contract Type: IDIQ with a mix of Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), and Cost Reimbursement (CR) CLINs. Most CLINs are FFP, while Non-Recurring Engineering services are CPFF.
- Awardee: Sole source to Northrup Grumman Systems Corporation.
- Period of Performance: Anticipated from December 31, 2026, to December 30, 2031, across five ordering periods.
- Minimum Obligation: $5,000, satisfied by an initial FFP Task Order for Standard Repairs.
- NAICS Code: 334511 (Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment).
- Place of Performance: Newport, RI.
Key Requirements & Deliverables
The contractor will be responsible for various reports, including Repair Activity Summary (RAS), Over and Above Repair (OAR), Bi-weekly Status, and Government Property (GFP) Inventory Reports. Performance will be measured against the Performance Requirements Summary Table (PRST), which defines objectives, standards, and Acceptable Quality Levels (AQLs). Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) is mandatory for all information systems. Management of Government Furnished Property (GFP) must adhere to FAR 52.245-1 and DFARS 252.245-7005.
Submission & Evaluation
This is a sole-source procurement, and competitive proposals are not being requested. The evaluation for NGSC will focus on meeting all Pass/Fail requirements, including Organizational Conflict of Interest (OCI), GFP compliance, Small Business Participation (as applicable to the prime), and a determination of fair and reasonable pricing through cost/price analysis.
Deadlines & Contacts
- Solicitation Published: November 25, 2025.
- Sole Source Proposal Due: February 18, 2026.
- Questions Due: Within 15 calendar days following solicitation issuance.
- Primary Contact: Kate Cyr (kate.m.cyr.civ@us.navy.mil, 401-832-7433).
- Secondary Contact: Levi Andrews (levi.s.andrews2.civ@us.navy.mil, 401-832-0044).