Remote Minehunting (RMH) Module
ID: N0002425R6304Type: 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

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
    Description

    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 supply contract to be awarded in Fiscal Year 2026. The RMH Module will replace the existing AN/AQS-20 system and includes a Towed Body, Payload Delivery System, and related software, with the goal of streamlining operations and improving delivery timelines to the Fleet by FY29. Interested parties should access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and direct inquiries to Contracting Officer Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Contract Specialist Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil, with a proposal submission deadline to be confirmed in forthcoming amendments.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Sea Systems Command (NAVSEA) has issued a Determination and Findings to consolidate contract requirements for the Remote Minehunting (RMH) Module. This consolidation, planned for Fiscal Year 2026, will combine the production of the RMH Module, associated engineering support, and spares into a single competitive supply contract with an estimated five-year duration. The RMH Module, replacing the AN/AQS-20 system, comprises a Towed Body, Payload Delivery System, and associated software. Currently, these components are procured through four separate sole-source contracts. Market research indicates that consolidation will not negatively impact small businesses and may increase their participation through full and open competition. This strategy was chosen over alternatives like awarding separate sole-source or competitive contracts to avoid integration complexities and costs. Benefits of consolidation include integration efficiencies, improved configuration control, and streamlined systems engineering, ultimately accelerating deliveries to the Fleet by FY29.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) for the MH-60 Multi-Mission Helicopter Program. The procurement aims to address obsolescence issues within the existing AMCM CSTRS Mission Kits by providing sustainment support, system updates, and technical assistance, ensuring compatibility with all US Navy MH-60S AMCM versions. This initiative is critical for maintaining the operational readiness of the AMCM systems, which are vital for mine countermeasure operations. Interested small businesses are encouraged to submit a capabilities statement by email to Monica L. Card at monica.l.card.civ@us.navy.mil, with the anticipated contract award expected in Summer/Fall 2027 and a performance period of five years.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information (Updated 16 Dec 2025)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input via a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program. This initiative aims to develop and field loitering munitions that can be integrated with SOCOM Combatant Craft, focusing on precision strike capabilities while adhering to specific performance requirements, including a kinetic payload of over 22 pounds and operational readiness in various sea states. The MLE-1 program is critical for enhancing naval warfare capabilities, providing combatant craft with organic precision-strike mission packages designed for beyond line-of-sight engagements. Interested vendors must submit their responses by 5:00 PM EST on January 16, 2026, and can direct inquiries to Christopher Russell at christopher.s.russell34.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    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), designated as N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing importance of unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 16, 2026, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding the Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to provide eligible foreign customers with access to a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure. The contract will cover various support areas such as program management, engineering, and OCONUS maintenance, with a focus on specific regions including Egypt, Iraq, and the Philippines. Interested parties must submit their notice of interest by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, with further details available in the draft statement of work and associated documents.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    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.
    1680 - Performance Based Logistics support of the Navy HMH-60R (Romeo) and MH-60S (Sierra) aircraft.
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is soliciting proposals for a five-year Performance Based Logistics (PBL) contract to support the U.S. Navy's MH-60R and MH-60S aircraft, as well as provide supply support for the U.S. Coast Guard and foreign military sales customers. The contract, designated N00383-26-R-E901, will encompass a range of contractor responsibilities including repair, replacement, overhaul, modification, warehousing, and inventory management, all aimed at enhancing reliability and reducing total ownership costs. This initiative is critical for maintaining the operational readiness of these aircraft, which play a vital role in naval operations. Interested contractors should contact Christian Ingerson at 717-686-1553 or via email at christian.j.ingerson.civ@us.navy.mil for further details, with the contract execution period running from February 2027 to January 2032.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.