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
  1. 1
    Posted Feb 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 16, 2025, 8:00 PM UTC
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, enhancing the U.S. Navy's capabilities for Unmanned Aerial Vehicle (UAV) command and control within fleet submarines. The solicitation emphasizes the importance of compliance with specific documentation requirements, including the Contract Data Requirements List (CDRL) and Systems Engineering Management Plan (SEMP), to ensure clarity and adherence to submission expectations. Interested offerors should direct inquiries to Ashley Thompson or Patrick Dooley via the provided contact information and monitor SAM.gov and PIEE for updates and amendments related to the solicitation.

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 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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Universal Modular Mast (UMM) Spare Parts and Cylinders
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified contractors for the manufacturing and delivery of non-commercial components necessary for the maintenance and repair of the Universal Modular Mast (UMM) on VIRGINIA and COLUMBIA Class submarines. The procurement aims to identify vendors capable of providing a variety of spare parts and kits, along with incidental support services, while adhering to a Quality Management System compliant with ASQ/ANSI/ISO 9001:2015 standards. This initiative is crucial for ensuring the operational readiness and reliability of advanced submarine systems. Interested businesses are encouraged to submit capability statements detailing their qualifications and experience within two weeks of the notice, with the anticipated contract award expected during Q2/Q3 of FY26. For further inquiries, potential vendors may contact Rachel Piecyk at rachel.m.piecyk.civ@us.navy.mil or Dustin Bordelon at dustin.j.bordelon.civ@us.navy.mil.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
MAST INTERFACE CONT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a MAST Interface Controller, under the NAVSUP Weapon Systems Support Mechanical office. This contract involves the manufacture and supply of the MAST Interface Controller, identified by part number N151986-1, with specific quality assurance and inspection requirements outlined in the solicitation. The goods are critical for military operations, ensuring the functionality of various systems within the Navy's arsenal. Interested contractors should direct inquiries to James B. Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines for submission.
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 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 monitor SAM.gov for the solicitation release and must register in SAM to participate. For further inquiries, Ryan Brophy and Matthew Brimmer can be contacted via their respective emails and phone numbers provided in the notice.
ELECTRONIC MODULE
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an Electronic Module, which is essential for various military applications. The contract will encompass the manufacture and quality assurance requirements for this module, with specific attention to compliance with military standards and documentation. This procurement is critical for maintaining operational readiness and ensuring the reliability of shipboard alarm and signal systems. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and must ensure compliance with all submission requirements, including the provision of a surplus material certificate if applicable.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
59--ELECTRONIC MODULE,S
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 electronic modules under the solicitation titled "59--ELECTRONIC MODULE,S." This contract aims to manufacture and supply electronic modules that meet specific design and quality requirements, including compliance with military standards and regulations, particularly concerning the absence of mercury contamination. The modules are critical for use in submarines and surface ships, emphasizing their importance in national defense operations. Interested vendors must demonstrate their status as authorized distributors of the original manufacturer and provide necessary documentation with their proposals. For further inquiries, potential bidders can contact Kaitlyn T. Mounts at 717-605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil.
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 11 units of the MAST SECTION, identified by NSN 5985000898994. This solicitation is part of a combined synopsis/solicitation and is crucial for maintaining the operational readiness of military equipment that relies on electrical and electronic components. Interested vendors are required to submit their quotes electronically, as hard copies will not be available, and the solicitation can be accessed via the DLA's Digital Bid Board System (DIBBS). For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with quotes due within 157 days after the award date.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Towed Array Subassembly, which is critical for underwater sound equipment applications. This procurement requires compliance with various military specifications and quality assurance standards, including First Article Testing and production lot approval, to ensure the assembly meets stringent performance and safety requirements. The successful contractor will be responsible for adhering to detailed design and manufacturing processes, with a focus on quality control and configuration management, as the equipment is intended for use on submarines and surface ships. Interested vendors should contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, as the contract is set to be awarded following a competitive evaluation process.
AN/BYG-1 Payload Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the maintenance, development, integration, and delivery of the AN/BYG-1 Payload Control System (PCS). This opportunity involves software development tasks, including the maintenance of existing systems, integration of new features, and migration to a Common Computing Environment (CCE), aimed at enhancing the warfighting capabilities of the United States Navy and allied forces. The AN/BYG-1 program is critical for submarine combat and weapons control, and interested parties are required to demonstrate their capabilities in software development and system integration, with responses due via email to the designated contacts by the specified deadline. For further inquiries, interested vendors can reach out to Laura Arscott at laura.e.arscott.civ@us.navy.mil or Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil.