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
    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 previously separate contracts into a single competitive supply contract to streamline operations and improve efficiency. The RMH Module will replace the existing AN/AQS-20 system and is critical for advancing mine warfare capabilities within the U.S. Navy, 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 comply with the solicitation requirements posted on PIEE.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Unmanned Maritime Systems Support (UMSS). This 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. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with an eight-year ordering period, and the anticipated release of the final RFP is no earlier than October 15, 2025. Interested firms can find more information and updates on the solicitation by visiting the Procurement Integrated Enterprise Environment (PIEE) website or contacting Paige Miller at paige.r.miller5.civ@us.navy.mil.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. The primary objective is to address Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and obsolescence solutions, including the sustainment, warehousing, repair, and production of SSDS hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops. This program is critical for ensuring the operational readiness of U.S. Navy amphibious ships and aircraft carriers, with a contract anticipated for award in calendar year 2027, covering efforts from fiscal year 2027 through fiscal year 2037. Interested contractors must submit their responses, including company profiles and comments on the draft Statement of Work, via email to Frederick Mitchell by the specified deadline, ensuring compliance with security and proprietary information protocols.
    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 seeking qualified contractors for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with a potential five-year ordering period option, and interested parties are encouraged to contact Ryan Brophy or Peter Brown for further details and access to relevant documents. The solicitation notice number is N00024-25-R-5504, and interested firms must monitor SAM.gov for updates and submission 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.
    TR-317 Series Hull Penetrator Assembly Production
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the production of TR-317 Series Hull Penetrator Assemblies, which are critical SUBSAFE Level 1 hardware components for the U.S. Navy. The procurement involves a Multiple Award Indefinite Delivery Indefinite Quantity (MAC IDIQ) contract, with a focus on design, manufacturing, testing, and delivery of these assemblies, adhering to stringent performance specifications and quality standards. This contract is vital for ensuring the safety and reliability of submarine components, with an estimated ceiling value of $98,160,000 and a performance period extending from March 2026 to March 2031. Interested parties should direct inquiries to Hannah Sherron at hannah.r.sherron.civ@us.navy.mil or Andrew Nagelhout at andrew.c.nagelhout@navy.mil, and note that the solicitation closing date is set for November 21, 2025.
    58--SENSOR INTRFC MODUL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Sensor Interface Module, a commercial product essential for military applications. The contract will be a firm-fixed-price agreement, requiring the contractor to manufacture and design the module in accordance with specified technical requirements, including compliance with quality assurance standards and packaging regulations. This procurement is critical for maintaining operational readiness and ensuring the reliability of communication equipment used by the Navy. Interested vendors should direct inquiries to Collin A. Browning at 564-226-1306 or via email at COLLIN.A.BROWNING.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined delivery timelines and compliance standards.
    Mass Assembly Exter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of a Mass Assembly Exter, specifically an External Sensors Mast Assembly used on the Man Transportable Robotics System Increment II (MTRS Inc. II). The procurement involves a base period quantity of 10 units, with an option for an additional 10 units, and requires qualification testing and evaluation to become an approved source, although approval does not guarantee future business opportunities. Interested parties must note that this is a Sources Sought Notice and not an open solicitation, and they can find more information on the Source Approval Program and requirements through the provided links. For inquiries, potential vendors can contact Stacy M. Johnson at stacy.m.johnson@dla.mil or by phone at 586-747-4511.
    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--MAST SECTION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of the MAST SECTION, identified by NSN 5985012410412. This solicitation is a Request for Quotation (RFQ) and aims to fulfill specific requirements for electrical and electronic equipment components, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery to the DLA Distribution Depot in Oklahoma is set for 168 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.