Code 70 Submerged Acoustic Navigation System (SANS) Sustainment
ID: N66604-24-R-0585Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Engineering Services (541330)

PSC

EQUIPMENT AND MATERIALS TESTING- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT (H258)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Cost Plus Fixed Fee (CPFF) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for the sustainment of the Submerged Acoustic Navigation System (SANS) to Mikel, Inc. This contract, which will be awarded on a Sole Source basis, encompasses engineering services and the provision of SANS Beacons, with an estimated requirement of 196,800 man-hours over a five-year period. The SANS technology is critical for submarine navigation and tracking, enhancing operational effectiveness within the naval warfare domain. Interested parties can direct inquiries to Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Christina Sherron at christina.m.sherron2.civ@us.navy.mil, with the contract performance expected to commence on January 1, 2024, and conclude by December 31, 2028.

    Files
    Title
    Posted
    The document is a DD Form 254 issued for a contract (N66604-24-R-0585) related to the development and delivery of SANS technology by Mikel Inc., with significant security considerations. It specifies the need for a Top Secret Facility Security Clearance and the safeguarding of classified information at the contractor's facility. Mikel Inc. will support engineering services, documentation preparation, and modernization to meet emerging Fleet requirements. The contract stipulates access to classified information including communications security, NATO information, and alternative compensatory control measures. The contractor and its personnel are required to follow stringent security protocols, including adherence to NISP guidelines. Security incidents must be reported to designated authorities, and a Facility Security Officer (FSO) must ensure compliance with training and handling requirements. Public disclosure of any contract-related information requires prior government approval. The document also outlines the necessity of conducting security inspections and maintaining records of personnel access to classified data. Overall, this document underscores the critical security measures integrated into contracts involving sensitive technologies for the Department of Defense, emphasizing robust control and compliance to protect classified materials.
    The document outlines a government-approved Request for Proposal (RFP) concerning the procurement of 139 units of the Submerged Acoustic Navigation System (SANS) Beacon and 15 units of the SANS Signal Processing Unit (SPU). Each item is categorized under serialized items, with specifications such as National Stock Number (NSN), CAGE Code, and delivery requirements. All items, manufactured by the same entity (CAGE Code 5A6D6), are requested in quantities of one unit per line item, with a scheduled delivery date of April 1, 2025. The document emphasizes the importance of timely and compliant delivery for efficient military operations, particularly relevant to navigation systems. The uniformity in item descriptions and ordering indicates a streamlined purchasing process aimed at fulfilling specific operational needs within the military framework.
    This document outlines the performance objectives, standards, and monitoring methods for the program involving SANS Beacons, Self-Track Processors, and Portable Undersea Tracking Range (PUTR) Processors. It details the criteria for Document Control Review Lists (CDRLs) across multiple tasks, including updates, testing, maintenance, and training. Each task is governed by the Statement of Work (SOW), which mandates that contractor reports be accurate, clear, and comprehensive, typically requiring no more than one review cycle for certain documents. Key activities include updating designs and manufacturing plans, testing protocols, and providing recommendations through failure analyses. The document further emphasizes compliance with cybersecurity requirements and the necessity for project management and system engineering plans, ensuring the effective delivery of required materials and reports to government stakeholders. The goal is to maintain quality and accountability while meeting established standards 90% of the time, with certain elements requiring a 95% success rate in response to service demands. The structured approach aligns with governmental oversight for RFPs and grants, ensuring thorough documentation and stakeholder communication throughout the project lifecycle.
    The document outlines instructions for offerors participating in a federal contract proposal, detailing the use of an Input Tab spreadsheet for labor and cost submission. Offerors must input data regarding fringe (FRG) and overhead (OVD) codes, ensuring that alterations to the spreadsheet format and formulas are clearly indicated. The spreadsheet is designed to calculate mid-point escalation over the contract’s duration, which spans from January 1, 2024, to December 31, 2028. Offerors can propose annual escalation rates, but all calculations must retain intact formulas. The submission includes required hours by labor category, total costs, and compliance with sourcing data for labor rates. Precise cleanup and organization of all data submitted are emphasized as essential for evaluation. The document stresses the importance of providing accurate financial projections and the implications of failing to meet these standards could be detrimental to the proposal’s acceptance. Overall, the file serves as a comprehensive guide for contractors to submit competitive and compliant bids while adhering to federal regulations.
    The document outlines the Contract Data Requirements List (CDRL) for the SANS BEACON / PUTR II system under Contract N6660424R0585/70-0010 with contractor MIKEL. It details various data item submissions required by the Naval Undersea Warfare Center (NUWCDIVNPT), focusing on key deliverables related to management and technical reporting. Each entry specifies the title, authority, frequency of submission, and distribution requirements for documents like the Management Plan, Integrated Program Management Report, and Software Development Plan. Important points include the timelines for initial and subsequent submissions, the necessity for government comments and resubmissions, and strict adherence to electronic distribution protocols for classified and unclassified materials. Furthermore, these requirements emphasize compliance with DoD regulations and operational needs, ensuring each submission meets specific standards. The CDRL assists in efficient contract management while allowing the government to maintain oversight throughout the contract lifecycle.
    The document outlines a Request for Proposal (RFP) from the Naval Undersea Warfare Center (NUWC) for engineering services related to the Submerged Acoustic Navigation System (SANS) and Portable Undersea Tracking Range (PUTR) technology. It details the scope of work expected from contractors, including maintenance, upgrades, and integration of systems for tracking submarines and underwater vehicles. Specific tasks include updating software, redesigning beacons for compatibility with various platforms, executing depot maintenance, and providing training support. The proposal emphasizes the use of various funding sources such as Operation & Maintenance, Research & Development, and Foreign Military Sales. Deliverables specified include comprehensive project management plans, system requirements, design specifications, and documentation of software updates. The contractor must also adhere to cybersecurity standards and ensure constant monitoring of system security. This RFP is crucial for advancing the capabilities of submarine tracking technologies, aligning with the Department of Defense's goals for enhanced operational effectiveness and technological advancement in naval warfare systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    FY25 SBIR Phase III AN/SQQ-89 Tactical Sonar Data Fusion
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is planning to issue a sole source Request for Proposal (RFP) for the continued development and enhancement of the AN/SQQ-89 Tactical Sonar Data Fusion system, specifically targeting the Undersea Warfare Decision Support Systems (USW DSS) capabilities. This contract aims to significantly improve the effectiveness of current USW Command and Control (C2) systems and their integration with combat systems, which are critical for naval operations. The anticipated contract award is expected in the first quarter of FY25, with a performance period consisting of a base year and four option years. Interested parties may submit capability statements or proposals for consideration, but the decision to compete the contract remains at the discretion of the Government. For further inquiries, contact Benjamin Vesey at benjamin.j.vesey.civ@us.navy.mil or Tiffany Wulfsohn at tiffany.k.wulfsohn.civ@us.navy.mil.
    US NAVY Submarine Preservation and Repair IDIQ MAC
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), is issuing a solicitation for the award of Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) focused on maintenance and repair work for United States Navy submarines during Chief of Naval Operations (CNO) availabilities. The scope of work includes various preservation and repair tasks such as non-SUBSAFE hull and structural repairs, lead bin repair and fabrication, de-ballasting and re-ballasting, anode removal and installation, tile removal and installation, and safety track repairs. This procurement is critical for maintaining the operational readiness and safety of the Navy's submarine fleet. Interested parties should note that the proposal due date has been extended to October 16, 2024, and can reach out to Andrew M. Skelley at andrew.skelley@navy.mil or Carly Stotts at carly.j.stotts.civ@us.navy.mil for further information.
    Inertial Navigation System (INS) System Design Agent (DA), Engineering Support (ES), and Production INS DA/ES-P
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research through a Sources Sought Notice for the Inertial Navigation System (INS) System Design Agent and Engineering Support. The procurement aims to identify potential sources capable of modernizing and producing the next generation INS, designated as the AN/WSN-12, which is critical for precise navigation in naval operations, particularly in environments where GPS data is unreliable. This system will replace the legacy AN/WSN-7 INS and is expected to be delivered in shipsets starting in the fourth quarter of 2026, with ongoing production anticipated through fiscal year 2031. Interested parties should submit their responses, including qualifications and capabilities, to the designated contacts by email within 30 days of the notice, ensuring compliance with security requirements and submission guidelines.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of underwater sound equipment under the title "58--MASP DRIVE." This opportunity is categorized as a sole source procurement, indicating that the agency anticipates receiving a single acceptable offer from a specific source, although other capable firms may express interest. The equipment is critical for various defense applications, emphasizing the importance of quality and compliance with specific standards, including inspection and delivery instructions. Interested parties can reach out to Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details regarding the solicitation process.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of underwater sound equipment under the title "58--MASP DRIVE." This opportunity is categorized as a sole source procurement, indicating that the agency anticipates receiving a single acceptable offer from a specific source, although other capable firms may express interest. The equipment is critical for various defense applications, emphasizing the importance of quality and compliance with federal regulations, including the Buy American Act and equal opportunity provisions. Interested parties can reach out to Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details, with all contractual documents considered issued upon transmission by the government.
    DT-100 STAVE PRODUCTION
    Active
    Dept Of Defense
    The Department of Defense, Naval Undersea Warfare Center Division in Newport, RI, seeks a small business contractor to produce DT-100 Staves for their submarine hydrophones and transducer systems. These critical components require precise manufacturing, testing, and delivery, adhering to stringent technical standards. The successful vendor will ensure compliance and provide progress reports, with the contract lasting five years. Expected contract award date: May 30, 2024.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the refurbishment and repair of the Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) and related components. The procurement aims to secure services and supplies that include remanufacturing, inspections, engineering support, and inventory management for the SubHDR systems, which are critical for maintaining the operational readiness of submarine communication technologies. Interested contractors must adhere to strict compliance guidelines and submit their proposals by the extended deadline of October 11, 2024, with evaluations based on technical quality, cost control, and timely delivery. For further information, potential offerors can contact Nicolas Favreau at nicolas.w.favreau.civ@us.navy.mil or Kristina Michael at kristina.e.michael.civ@us.navy.mil.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.