govindex
Log in Sign up
Contract Record
Notice ID: 807f528d099f48d7a88c1428d735da38
Sources Sought Posted 2026-03-02 16:51:21.001+00 Due 2026-04-10 20:30:00+00

Acoustic Device Countermeasure (ADC) MK 2 & ADC MK 2 Training Device

Agency
DEPT OF DEFENSE
Notice ID
807f528d099f48d7a88c1428d735da38
Type
Sources Sought
Posted
2026-03-02 16:51:21.001+00
Award Amount
--
Description
This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Undersea Warfare Systems (PEO UWS) PMS415, this sources sought announcement as a means of conducting market research to identify parties having the resources and interest to produce the Acoustic Device Countermeasure (ADC) MK 2 and ADC MK 2 training device. The ADC MK 2 is a three-inch diameter expendable countermeasure capable of generating/transmitting signals to counter torpedo threats. There are two variants of the ADC MK 2. One variant of is launched from surface vessels. The other variant is launched from the Internal Countermeasure Launcher (ICL) on submarines. The ADC MK 2 device itself is classified CONFIDENTIAL. The ADC MK 2 training device is an ADC MK 2 without acoustic output or hover motor when compared to the ADC MK 2. In this document, use of the nomenclature ADC MK 2 shall include the ADC MK 2 and ADC MK 2 training device unless otherwise specified. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this announcement is purely voluntary. The government assumes no financial responsibility for any costs incurred. DO NOT INCLUDE ANY CLASSIFIED, CONTROLLED UNCLASSIFIED, OR ARMS EXPORT CONTROLLED DOCUMENTS OR INFORMATION IN YOUR RESPONSE. Due to data rights and proprietary information, a full technical data package WILL NOT be supplied. Additionally, any requests for a produced ADC MK 2 by Vendors will be denied. A draft Statement of Work (designated as Controlled Unclassified Information (CUI)) and a draft version of the Classified document PMS415-ADC MK 2-PIPS, Prime Item Performance Specification for Launcher Assemblies (PIPS) for ADC MK 2, may be obtained by offerors with the requisite security clearance by submitting a request, including the following information, to Michael Ravnitzky michael.j.ravnitzky.civ@us.navy.mil (CONTRACT SPECIALIST) Company Name Company Facility Security Officer Name, Email Address, Phone, and Fax Numbers CAGE Code and Mailing Address of Facility at which classified material will be handled Submission Instructions: Interested parties are invited to provide the following information: Administrative Information Sources Sought number and Title Company Name Mailing address and website Location of Facilities CAGE Code NAICS Code(s) Business Size, and Socio-economic Small Business Size Status if applicable POC for this announcement Name Title Company responsibility Telephone and fax numbers Email address Production capability Describe the firm’s experience developing and producing weapon systems for DOD. Describe the firm’s experience developing and producing deep sea equipment or devices. Describe the firm’s background in underwater acoustics and experience designing and producing acoustic transducers. Describe the firm’s experience producing electronics such as printed wiring boards, printed circuit boards and integrating them into an electronics system. Describe the firm’s experience with metalwork, welding, and machining capabilities. Describe the firm’s capacity for production and storage of classified equipment. Describe the firm’s capacity for tracking and shipping classified equipment. Describe the firm’s experience with production and testing of military grade hardware designed to handle shock, vibration, and other environmental stresses. Describe the firm’s production capacity or approach to achieving capacity to execute the requirements of the SOW. Describe the firm’s production capacity or approach to achieving full production unit within 12 months of Delivery Order award. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements, including the approximate percentages of work anticipated to be performed by the prime contractor and subcontractor(s). Other Questions Should a Request for Proposal (RFP) be issued, the typical timeframe for response to the RFP is 30 days from date of issuance to closing date. Would more days be required to prepare and submit a proposal? If so, how many days? Please note that this information is for market research purposes. On a scale of 1 to 5, with 1 being Highly Unlikely and 5 being Highly Likely, how likely is the firm to submit a proposal? Are there any factors that are likely to prevent the firm from submitting a proposal? If so, what are the recommendations to remove the barriers? Should the Government decide to hold brief industry one-on-one meetings prior to solicitation release, would the firm participate? All responses to this Sources Sought Notice must be unclassified and emailed to michael.j.ravnitzky.civ@us.navy.mil If you have any questions concerning this questionnaire please contact: michael.j.ravnitzky.civ@us.navy.mil

Basic Information

Notice ID
807f528d099f48d7a88c1428d735da38
Solicitation #
N00024-26-R-6262
Type
Sources Sought
Base Type
Sources Sought
Posted Date
2026-03-02 16:51:21.001+00
Response Due
2026-04-10 20:30:00+00
Archive Date
2026-04-25 00:00:00+00
Archive Type
auto15
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSEA HQ
CGAC
017
FPDS Code
1700
AAC Code
N00024

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
334511
Classification Code
5865
Set-Aside
No Set aside used
Set-Aside Code
NONE

Place of Performance

Street
--
City
--
State
--
ZIP
--
Country
USA

Organization

Type
OFFICE
City
WASHINGTON NAVY YARD
State
DC
ZIP
20376-5000
Country
USA