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 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.

    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
    Solicitation - 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 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.
    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.
    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.
    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.
    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.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    HORIZON REFERENCE SYSTEM FOR ARLEIGH BURKE-CLASS GUIDED MISSILE DESTROYERS, CONSTELLATION-CLASS FRIGATES, AND FREEDOM AND INDEPENDENCE-CLASS LITTORAL COMBAT SHIPS
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the Horizon Reference System intended for Arleigh Burke-class guided missile destroyers, Constellation-class frigates, and Freedom and Independence-class littoral combat ships. The procurement aims to enhance navigation and guidance systems, which are critical for the operational effectiveness of these naval vessels. This solicitation is particularly focused on clarifying that no pricing is required for the Contract Line Item Numbers (CLINS) at the Multiple Award Contract (MAC) level, ensuring that proposals can be submitted without dollar values in Section B. Interested parties can direct inquiries to Kelly Gray at kelly.e.gray13.civ@us.navy.mil or Melissa Bucci at melissa.a.bucci.civ@us.navy.mil for further information.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    MODULE, FIBER
    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 a fiber module. This contract involves the supply of unique identification and valuation items, with specific requirements for inspection, acceptance, and packaging as outlined in the solicitation documents. The goods are critical for various military applications, ensuring operational readiness and compliance with stringent quality standards. Interested vendors should direct inquiries to Sarah E. Rice at 771-229-3872 or via email at SARAH.E.RICE14.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.