Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
ID: N6660426R0086Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This government file outlines pricing tables for various services and parts across five ordering periods, from December 31, 2026, to December 30, 2031. The document is structured to allow offerors to fill in unit prices for specific items and services. Key items include Standard Repairs (CLIN 0001), Over and Above Repairs (CLIN 0002), and Standard Overhauls (CLIN 0003), each with a quantity range of 1-10 jobs. Additionally, CLIN 0004 details pricing for Shop Replaceable Units, listing various part numbers such as Accelerometer Triad Assembly, HVPS CCA, LN100 Flex Cable Assembly, SYS Processor CCA, Laser Gyro Instrument Assembly, Sensor and Cable Assembly, LVPS CCA, and Sensor Electronics CCA, with varying quantity ranges. The pricing for these units will be determined at the award stage. This document serves as a framework for federal government RFPs, enabling the government to issue orders for specified quantities and services during each ordering period.
    This government attachment, Solicitation Number N6660426R0085 for the "MMS Repair" program, details a list of provisioned and requisitioned items. The provisioned items, all designated as "Material" to be "Consume[d]" and "Serially Managed," include an Accelerometer Triad Assembly, High Voltage Power Supply, LN100 Flex Cable, LN100 SYS Processor, Laser Gyro Instrument Assembly, Sensor and cable assembly, Low voltage power supply, CCA, and Sensor Electronics, CCA. Each is specified as one unit. The single requisitioned item is 50 units of the Mast Motion Sensor, also "Serially Managed" and classified as "Material," but intended for "Return," with a unit acquisition cost of $51,207.00. The attachment date is 2025-08-06, indicating an upcoming procurement for repair and maintenance purposes.
    This document outlines the performance requirements for the SubHDR MMS program, covering various repair, overhaul, manufacturing, and material management tasks. Key objectives include accurate and timely submission of Repair Activity Summary (RAS) reports, bi-weekly status reports, and detailed documentation for standard repairs, Over and Above Repairs (OAR), and MMS overhauls. The program also requires the manufacture of new, performance-compliant Shop Replaceable Units (SRUs) and effective material management, including inventory tracking and recommendations for replacement parts. Additionally, it addresses non-recurring engineering tasks, specifically managing component obsolescence through resolution plans and recommended corrective actions. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT NMC) will monitor all aspects for accuracy, adherence to performance standards (95% of the time), and timely submission in accordance with applicable CDRLs.
    This document provides detailed instructions for offerors responding to a government Request for Proposal (RFP), focusing on the use and modification of a provided spreadsheet for cost proposals. Key instructions include strict adherence to input and formula areas within the spreadsheet, correlating fringe (FRG) and overhead (OVD) codes, and clearly documenting any alterations to the spreadsheet format or formulas. Offerors can propose escalation on an annual basis instead of the default mid-point calculation, provided they include a summary "rollup" spreadsheet. The document emphasizes the requirement for all labor categories, including subcontractors, to be cited within the spreadsheet and warns that submissions with un-intact formulas are unacceptable. It also clarifies that the "Key Personnel Wage Data" section is for informational purposes only and does not feed into other sections. The period of performance is from January 1, 2024, to December 31, 2028, with specific guidance on calculating escalation rates based on actuals and contract dates.
    This government file outlines the Contract Data Requirements List (CDRL) for Northrop Grumman, specifying seven data items (A001-A007) related to technical reports and management. These include the Repair Activity Summary (RAS) Report, Over and Above Report (OAR), Beyond Economic Repair Report (BER), Bi-weekly Status Report, Contract Status Report, Resolution Plan, and Government Property (GP) Inventory Report. Each item details its frequency, submission deadlines, contract references, and electronic delivery requirements to specific Navy personnel (COR and 3432 DM). All reports must be submitted electronically in editable Microsoft 2016 format with email notifications. The document also includes a distribution statement restricting access to Department of Defense and U.S. DoD contractors only, with an export control warning notice.
    This government Request for Proposal (RFP) (N6660426R0085) details the need for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS) for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The contract covers standard repairs, overhauls, manufacturing of Shop Replaceable Units (SRUs), and Non-Recurring Engineering (NRE) services. The work is crucial for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners. Key requirements include adherence to specific technical documents, detailed reporting on repair statuses, material management, and strict security and environmental compliance (e.g., mercury exclusion). The RFP outlines delivery schedules, inspection, acceptance criteria, and specific clauses regarding government-furnished information and property. It specifies that the contractor's facility will be the primary place of performance.
    Similar Opportunities
    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.
    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.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    USS NORMANDY STBD Shaft Repair URGENT
    Buyer not available
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    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.
    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.
    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.
    PERISCOPE SUBASSEMB
    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 Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    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.
    Subsea Winch
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotes for a custom Subsea Winch with an Attachable Levelwinder as part of the Bottom Array Rapidly Deployed (BARD) Project. The procurement requires a system capable of deploying and controlling a specified load, integrating with existing government systems, and providing telemetry data, with key specifications including a minimum of 21,000 feet of 3/8” line, a payout speed of at least 6 ft/second, and a depth rating of 6,000 meters. This equipment is critical for undersea operations, ensuring efficient deployment and retrieval of underwater systems. Interested small businesses must submit their quotes by December 5, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further details.