N0002425R6234 MMM Payload Sensor
ID: N0002425R6234Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the development, integration, testing, production, and installation of the Multifunction Modular Mast (MMM) Payload Sensor. This system is a critical component of the MMM and AN/BLQ-10 Electronic Warfare System, designed to enhance the U.S. Navy's capabilities in unmanned aerial vehicle command and control for fleet submarines. The procurement emphasizes compliance with Department of Defense standards and requires detailed documentation, including a Contract Data Requirements List (CDRL) and Systems Engineering Management Plan (SEMP), to ensure effective project oversight and communication. Interested offerors should direct inquiries to Ashley Thompson or Patrick Dooley and monitor SAM.gov and PIEE for updates, as there is no funding associated with this announcement, and the proposal submission deadline is yet to be specified.

    Files
    Title
    Posted
    The document contains the Government's official responses to various questions raised by offerors regarding solicitation N00024-25-R-6234 for the MMM Payload Sensor project. Key points include the requirement for specific documents like the Contract Data Requirements List (CDRL) and Systems Engineering Management Plan (SEMP), which were clarified and confirmed for inclusion. Offerors were informed that past performance evaluations (CPARS) are part of the page count and clarified that administrative documents do not count against it. Several amendments were proposed to address ambiguities in the Statement of Work (SOW), labor categories, pricing, and submission formats to streamline the proposal process. The Government emphasized compliance with specified formats and documentation while permitting modifications to the attachments created by offerors. Overall, the responses aim to enhance proposal clarity and compliance, ensuring potential contractors understand requirements and submission expectations adequately, which is vital for the successful execution of federal contracts.
    The document outlines the Government’s responses to questions related to the Request for Proposals (RFP) N00024-25-R-6234 for the MMM Payload Sensor project. Key clarifications include updates to solicitation materials, adjustments to requirements for proposal submissions, and corrections of typographical errors in specifications regarding timelines and deliverables. Notable amendments include the inclusion of essential attachments such as the Contract Data Requirements List (CDRL), confirmation of requirements for the Systems Engineering Management Plan (SEMP), and the page count status of past performance evaluations. The document also emphasizes the Government's expectations regarding labor category mappings for the staffing plan and updates deadlines for proposal submissions. Overall, the responses address various aspects of the proposal requirements to ensure clarity for prospective offerors, highlighting adherence to established government processes and responsiveness to offeror inquiries. This dialogue demonstrates the Government's commitment to transparent communication and effective management of contract proposal processes, ensuring that all participants are adequately informed to facilitate their submissions.
    The document outlines responses to questions regarding a government Request for Proposal (RFP) related to the Multifunction Modular Mast (MMM) Payload project. Key topics include administrative clarifications, document inconsistencies, and requirements for proposal submissions. For example, it addresses requests for missing attachments, such as the Contract Data Requirements List (CDRL), and confirms the necessity of including a Systems Engineering Management Plan (SEMP). Further, it clarifies that past performance evaluations (CPARS) are counted in the proposal and removed unnecessary formatting requirements regarding schedule submissions. Key personnel documentation will be included without page limits, and revisions to various standard operating documents were made to ensure accuracy concerning existing specifications. Moreover, it provides guidance on submission formats and allows Offerors to add supplemental pricing tabs in the Cost Element table for clarity on proposed costs. The responses outline amendments to be depicted in an upcoming solicitation amendment, ensuring consistency and clarity in the RFP process while maintaining compliance with government standards.
    The document is a response to questions from offerors regarding the solicitation N00024-25-R-6234 for the MMM Payload contract. It specifically addresses an inquiry about the missing Exhibit A, the Contract Data Requirements List (CDRL), DD Form 1423, which was not included in the solicitation materials available on the PIEE platform. The government confirmed that it would rectify this by uploading the missing attachment. The document is structured as a question-and-answer format, with each query numbered sequentially, providing a clear and direct communication from the government to potential offerors. The goal appears to be maintaining transparency and ensuring that all necessary documentation is accessible to facilitate informed bidding on government contracts.
    The document is a Request for Proposal (RFP) issued by the U.S. Navy for the Multifunction Modular Mast (MMM) Payload Sensor, aimed at acquiring engineering and technical support, system development, and production services necessary for submarine operations. It outlines contract line item numbers (CLINs) promoting a cost-plus-fixed-fee (CPFF) structure, with detailed descriptions of the required services, including program management, hardware integration, testing, and installation support, primarily for Virginia and Los Angeles Class submarines. Key components include a framework for estimating costs, a structured management approach, and compliance with Department of Defense standards and cybersecurity requirements. The Contractor is expected to provide qualified personnel, adhere to a defined Scope of Work, and maintain effective communication through progress reports and integrated program management systems. The Navy mandates strict safeguarding of classified information throughout operations. The comprehensive nature of this RFP indicates the government’s effort to enhance naval capabilities while ensuring thorough oversight and compliance with procurement regulations. The document serves as a roadmap for offering entities to align proposals with U.S. Navy's operational needs and compliance requirements.
    The document is a Contract Data Requirements List (CDRL) prepared for the Multifunction Modular Mast Payload Sensor (RFP N00024-25-R-6234) by the Program Executive Office Undersea Warfare System (PEO UWS). It outlines the data items required from the contractor, detailing specifications for progress reports, design reviews, status reports, and compliance deliverables among others. Each item is categorized, providing unique identifiers, reporting formats, and submission timelines for various technical and administrative documents. The CDRL emphasizes the contractor's responsibilities for delivering data that complies with government standards, including frequency of submissions and review periods. The main purpose of this CDRL is to ensure comprehensive oversight of the project to maintain quality, adherence to schedules, and compliance with contractual obligations. Through structured reporting and documentation, the government aims to facilitate effective communication and risk management throughout the development and production phases of the sensor system. This thorough requirements list serves as a blueprint for accountability among contractors, ensuring alignment with DoD goals for the project while safeguarding national defense interests.
    This document serves as an amendment to a federal solicitation, specifically updating Exhibit A and JS-2 in Section J of contract ID N0002425R6234. The amendment does not change the terms and conditions previously established but alters the documentation accompanying the contract. Key modifications include updates to the Contract Data Requirements List (CDRL) and specific attachments related to security classification specifications, performance specifications, government-furnished information, and rights assertions regarding noncommercial and commercial technical data. Additionally, the document outlines the procedure for acknowledging the amendment and specifies that the receipt acknowledgment must occur prior to the proposal's submission deadline. Importantly, this amendment reflects the federal government’s ongoing commitment to transparency and compliance in contract administration. The overall amendment number is 0003, with an effective date of April 30, 2025. The document emphasizes essential attachments for the bidding process and details which will be incorporated upon contract award, providing clarity for potential contractors regarding the requirements for submission and the contractual implications of data rights.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Remote Minehunting (RMH) Module
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating these requirements into a single competitive contract to streamline operations and improve integration efficiencies. The RMH Module will replace the existing AN/AQS-20 system and is critical for mine warfare operations, with an anticipated contract award in August 2026. Interested parties should contact Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil for further details and must monitor the solicitation on PIEE for updates and amendments.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    Unmanned Maritime Systems (UMS) Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC). This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires responses to be submitted via the PIEE solicitation module. The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties should contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil for further details, as the solicitation is part of a previously posted effort under the number N6133125R3009.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    AN/BPS-16 RADAR MAS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the AN/BPS-16 Radar Mast, a critical component for shipboard systems. This procurement requires specialized materials and adherence to stringent quality assurance standards due to the potential risks associated with using incorrect or defective materials, which could lead to serious safety hazards. The contract will involve the delivery of materials within 365 days of the contract's effective date, and interested vendors must ensure compliance with various certification and inspection requirements. For further inquiries, potential bidders can contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil.
    59--MAST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of NSN 5985017224191 MAST, with the possibility of establishing an Indefinite Delivery Contract (IDC) for one year or until the total orders reach $350,000. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), with an estimated three orders per year and a guaranteed minimum quantity of one. This procurement is crucial for maintaining operational readiness and support for military communications systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    N00024-20-R-5525 - Nulka Mk234 Payload Production and Modification
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command, is seeking to procure the MK 234 Nulka Advanced Decoy Architecture Program (ADAP) series payloads from L3Harris, Clifton, New Jersey. This procurement involves a firm-fixed price, cost-plus-fixed-fee, and cost-reimbursable contract valued at $33,568,100, with options that could increase the total contract value to $124,003,133. The MK 234 Nulka payloads are critical for electronic countermeasures and are essential to meet Navy requirements without unacceptable delays, as L3Harris is the only responsible source capable of producing these specialized systems. Interested parties can reach out to Brittany Burton at brittany.m.burton4.civ@us.navy.mil or Holly Danner at holly.r.danner.civ@us.navy.mil for further information.
    59--IEM/MMM TACTICL EHF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 20 units of the IEM/MMM TACTICL EHF, classified under the PSC code 5935 for electrical connectors. This procurement is intended for supplies or services that will be solicited and negotiated with a single source, as per FAR 6.302-1, and is critical for supporting naval operations at the Portsmouth Naval Shipyard in Kittery, Maine. Interested parties are encouraged to express their interest and capability to meet the Government's requirements within 45 days of this notice, although proposals may be considered sooner if an existing Basic Ordering Agreement is in place. For further inquiries, potential bidders can contact Benjamin Spangler at (771) 229-0573 or via email at BENJAMIN.SPANGLER@NAVY.MIL.