Submarine Tethered Expendable Buoy (STEB)
ID: N0002424R6231Type: Presolicitation
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 Submarine Tethered Expendable Buoy (STEB) system. This system is designed to provide submerged submarines with a surface buoy platform that enhances communications, situational awareness, and collision avoidance capabilities. The procurement is critical for advancing naval operations and ensuring effective underwater communication and safety. Interested offerors must comply with the solicitation requirements and submit their proposals by the due date of September 23, 2024, while adhering to strict guidelines regarding secure communication protocols and documentation submissions. For further inquiries, potential contractors can contact Sydney Cline at sydney.m.cline.civ@us.navy.mil or Patrick Dooley at patrick.s.dooley3.civ@us.navy.mil.

    Files
    Title
    Posted
    This document addresses numerous questions submitted by prospective offerors regarding the solicitation N00024-24-R-6231 for a Submarine Tethered Expendable Buoy (STEB). It covers essential topics including requirement confirmations for secure communication systems like COMSEC and SIPRNET, clarifications on proposal submission timelines, and requests for access to classified documents. Key points include the government's denial of an extension for the proposal due date, the necessity of adhering to NISPOM guidelines, and the specific parameters regarding document submissions not counting against page limits. Key clarifications range from proposal page requirements, the treatment of project performance evaluations, and the necessity for specific documentation. Notably, the document confirms that administrative documents and tables of contents do not contribute to overall page constraints. The government maintains a strict adherence to originally outlined requirements, ultimately reflecting the formal and structured nature of federal RFP processes, which ensure that proposals comply uniformly with established guidelines.
    The document provides answers to questions raised by offerors regarding the RFP for the Submarine Tethered Expendable Buoy (STEB). Key topics include the necessity of SIPRNET and COMSEC for contractors, proposal due date extensions, and various clarifications about RFP requirements. The government confirmed that SIPRNET is essential for secure information exchange and denied requests for extensions to the proposal due date despite the late availability of Government Furnished Information (GFI). The National Industrial Security Program Operating Manual (NISPOM) is deemed applicable, and the submission of past performance questionnaires is conditioned based on the availability of Contractor Performance Assessment Reporting System (CPARS) evaluations. Additionally, the document addresses organizational submission requirements, clarifies the absence of Government Furnished Property (GFP), outlines page limits for documents, and reiterates submission protocols for cost information. Overall, the responses reinforce the government’s commitment to transparency and compliance with procurement regulations while outlining specific requirements and procedural guidelines for potential contractors in the RFP process.
    The government document addresses key inquiries related to a solicitation for the Submarine Tethered Expendable Buoy (STEB) project. It confirms that both COMSEC and SIPRNET are necessary for secure information exchange, rejecting the notion that proximity is sufficient. It also denies a request to extend the proposal due date from September 23, 2024, despite the late issuance of Government-Furnished Information (GFI). The applicability of the National Industrial Security Program Operating Manual (NISPOM) is affirmed, along with a reference to an amendment in the solicitation that aligns with the Department of Defense (DoD) requirements under DD Form 254. The document serves as a clarification response to offeror questions, ensuring compliance and clarity within the procurement process. It reflects the importance of security protocols and adherence to timelines in federal solicitations.
    This document addresses questions from potential Offerors regarding the RFP for the Submarine Tethered Expendable Buoy (STEB). The government clarifies that both COMSEC and SIPRNET protocols are essential; proximity to the customer does not suffice for secure information exchange. Requests for extending the proposal due date from September 23, 2024, to 90 days post-Government Furnished Information (GFI) issuance were denied. NISPOM regulations are confirmed as applicable, and amendments will be made to allow Offerors more time to request access to classified documents beyond the initial ten-day window. However, the due date for proposal submissions remains unchanged. This document outlines key procedural requirements and amendments to facilitate Offerors' understanding and compliance with the solicitation's stipulations while emphasizing security protocols and submission timelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Towed Body (TB)-29C Thin Line Towed Array (TLTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Towed Body (TB)-29C Thin Line Towed Array (TLTA) systems under Solicitation N00024-24-R-6102. This procurement aims to acquire advanced towed array systems that are critical for undersea warfare operations, enhancing the Navy's capabilities in search, detection, navigation, and guidance. Interested offerors must be registered in the System for Award Management (SAM) database, and the solicitation has been amended to extend the closing date to October 24, 2024. For further inquiries, potential bidders can contact Stuart Burman at stuart.burman2.civ@us.navy.mil or by phone at 202-714-7059.
    Umbilical Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWCDIVNPT), is seeking small businesses to provide 23 new umbilical cables as part of a combined synopsis and solicitation (RFQ N66604-24-Q-0794). The procurement includes a non-separately priced Contract Data Requirements List (CDRL) and requires compliance with specifications outlined in the Government's Technical Data Package (TDP), which is accessible only to Department of Defense contractors with Joint Certification Program (JCP) registration. The cables are critical for communication equipment, and delivery is expected within 20 weeks after contract award to Naval Station Newport, Rhode Island. Quotes must be submitted by 14:00 EST on September 23, 2024, and interested parties can reach out to Mekenzie Marois at mekenzie.l.marois.civ@us.navy.mil for further inquiries.
    2050016810554 (BUOY,MOORING)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of mooring buoys, specifically NSN 2050-01-681-0554, under a Firm Fixed Price Contract. Interested vendors are required to complete a market survey that assesses their capabilities, including company size, employee count, and compliance with export control regulations, as well as providing insights on pricing, delivery timelines, and packaging specifications. The procurement is crucial for maintaining operational readiness and safety in maritime environments, with a submission deadline for the market survey set for 9:00 a.m. EST on September 20, 2024. For further inquiries, potential respondents can contact Blake Tushar at Blake.Tushar@dla.mil.
    Technology Operational Experimentation Event (TOEE) 25.2 experimentation campaign will focus on emerging technologies to support operational objectives related to Subsea and Seabed Warfare (SSW).
    Active
    Dept Of Defense
    The Department of Defense, through the Office of Naval Research-Global (ONRG), is issuing a Request for Information (RFI) for the Technology Operational Experimentation Event (TOEE) 25.2, which will focus on emerging technologies to enhance operational capabilities in Subsea and Seabed Warfare (SSW). The RFI seeks innovative solutions in three key areas: autonomous undersea navigation, sensors with automated target recognition, and Command and Control (C2) tools for mission planning and coordination. This initiative aims to gather information for planning purposes and to inform future Science and Technology investments through live experimentation in operationally relevant environments. Interested parties must submit their responses, including a quad chart and a white paper, by September 27, 2024, with a virtual Industry Day scheduled for August 28, 2024, to provide further details on participation. For inquiries, contact Brandon Hayes at brandon.d.hayes11.civ@us.navy.mil or Jeremy Johnson at jeremy.k.johnson2.civ@us.navy.mil.
    AXIB II Arctic Buoys
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure 28 AXIB II air-deployable Arctic buoys from LBI, Inc. This procurement is critical for Arctic operations, as the buoys are designed to withstand extreme conditions and are essential for reliable maritime domain awareness in polar climates. The contract, valued under simplified acquisition procedures, requires delivery to the Naval Ice Center within 90 days after receipt of the order, with responses due by September 20, 2024, at 1200 EST. Interested parties can contact David Vaughn at david.e.vaughn6.civ@us.navy.mil or Amber Geusic at amber.m.geusic.civ@us.navy.mil for further information.
    TB-37A Multi-Function Towed Arrays (MFTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation for the production of TB-37A Multi-Function Towed Arrays (MFTAs) and associated equipment. The procurement includes up to seventy MFTAs, one hundred-fifty Array Interface Units, eighty-five Tow Cables, seventy Electro-Optical Slip Rings, seventy Drogues, and various spare materials, along with engineering support totaling up to 75,000 hours. This equipment is critical for underwater sound detection and navigation, and the contract will be awarded without full and open competition to Lockheed Martin Corporation, the only qualified source, with a base year and four option years planned starting in FY25. Interested subcontractors should reach out to Lockheed Martin directly, and for further inquiries, contact Justin Rose at justin.p.rose6.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The U.S. Navy is seeking a contractor for the Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) Spares and Repairs Program. The program focuses on enhancing submarine communication systems by ensuring access to timely depot-level services, including inspections, remanufacturing, and engineering support. The contractor will provide services and supplies for the refurbishment and repair of SubHDR APGs and select Mast Group LRUs, along with associated engineering tasks. This procurement emphasizes the need for efficient radar system upgrades and a comprehensive staffing plan to support the Navy's operational readiness. It seeks a wide range of motor assemblies, RF components, and waveguide assemblies, highlighting the requirement's importance in maintaining submarine communications. The contract, processed under FAR Part 15, offers a ten-year ordering period, firm-fixed-price, and cost-plus-fixed-fee structures. It entails depot-level services, with labor categories and costs playing a pivotal role in the selection process. Offerors must submit proposals by the deadline, focusing on technical quality, cost effectiveness, and timely execution. Contact Nicolas Favreau and Kristina Michael for more information on this $X million opportunity, with key deadlines including a submission date of September 23, 2024.
    Naval Power & Energy Systems Technology Development Roadmap (NPES TDR) Update
    Active
    Dept Of Defense
    The U.S. Navy, through the Naval Sea Systems Command (NAVSEA), seeks industry insights to update its Naval Power and Energy Systems Technology Development Roadmap (NPES TDR). The goal is to align naval power systems with evolving technologies, ensuring the fleet's combat readiness. This Request for Information (RFI) is a strategic move to gather intelligence on current and emerging trends in the industry, especially those that can enhance the Navy's power and energy systems. The update aims to future-proof naval operations by fostering innovation that meets the demands of emerging loads. The Navy wants to improve the agility, efficiency, and support mechanisms of its power and energy systems, primarily through advancements in prime movers, generation, propulsion motors, distribution, conversion, controls, and thermal management. Additionally, the Sea Systems Command wants to understand industry capabilities in integration, systems engineering, modeling, simulation, and digital twins to enhance the Navy's strategic advantages. This RFI is crucial for the Navy to benchmark industry advancements, enabling them to shape their technology development and investment strategies. The information gathered will significantly influence the NPES TDR update, guiding future procurement decisions and ensuring the fleet's technological edge. Respondents are encouraged to share their insights, especially on enhancing system performance, reducing costs, and improving survivability. The RFI document is divided into three sections: General Information: Focuses on the state-of-the-art technology, industry trends, and commercial product advancements. Technology Trends: Explores advancements in functionality, power density, reliability, and scientific innovations. Product-Specific: Directed towards prime movers, propulsion motors, power generation, distribution, and more, with an emphasis on specific improvements. Industry participants are vital to this process and can shape the Navy's technological trajectory by responding to the RFI. The deadline for submissions is extended to September 19, 2024, and the Navy encourages respondents to share their expertise and insights freely. For clarification or further information, interested parties can contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.