NextGen UBA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center, Panama City Division (NSWC PCD) has issued a Commercial Solutions Opening (CSO) for the Next Generation Underwater Breathing Apparatus (UBA). This initiative seeks innovative, mature, and commercially available solutions to replace the legacy MK16 UBA, enhancing diver safety and operational effectiveness for U.S. Navy Explosive Ordnance Disposal (EOD) divers. Solution Briefs are due by May 5, 2026.
Opportunity Overview
This CSO (N61331-26-S-NQ17) aims to rapidly procure a sustainable, long-term replacement for the MK16 UBA, which lacks modern safety features and faces logistical challenges. NSWC PCD is looking for non-developmental, closed-circuit, back-mounted UBA systems that integrate modern technology, ensure minimal acoustic and magnetic signatures, and guarantee long-term viability.
Key Requirements
The desired UBA system must be a complete, in-production solution capable of near-term evaluation. Key attributes include:
- Primary: Closed-circuit, back-mounted, mixed-gas system (N2O2, HeO2) operational from 0-328 feet (100m) with specific bottom time and respiratory limits. Must meet STANAG 2897/Class A for magnetic signature, be compatible with a full-face mask, provide real-time HUD guidance, and alert divers to emergencies. Operational in extreme maritime environments and MIL-STD 810 compliant.
- Secondary: Ability to record dive parameters, minimum 300 minutes of onboard oxygen, interface with secondary dive computer, and resistance to radiated electric fields. System weight in air not to exceed 85 lbs.
- Tertiary: HUD availability for future improvements, pre-dive setup not exceeding 30 minutes, and compatibility with a safe diver egress system.
Contract Details
Awards will be fixed-price, with the potential for multiple awards. The period of performance for any Solution Brief or proposal should generally not exceed 24 months. Successful prototypes may lead to follow-on, full-rate production FAR-based contracts or Other Transaction (OT) agreements without further competition.
Submission & Evaluation
The process involves three phases:
- Solution Brief: Initial submissions evaluated on innovation, relevance, technical merit, and testing feasibility.
- Pitch: Selected entities may be invited to present. Phase 1 pitches do NOT require schedule, ROM pricing, or data rights assertions, but companies must demonstrate the ability to fulfill these elements.
- Full Written Proposal: Potential for full proposal submission. Evaluation criteria for pitches include Relevance, Merit, Uniqueness, Viability, Rough Order of Magnitude (ROM), Schedule, and Data Rights. The Government will not pay for costs associated with Solution Briefs or pitches.
Eligibility & Set-Aside
This CSO is a competitive selection process open to nontraditional defense contractors. To receive an award, entities must have a Unique Entity ID and CAGE Code registered in SAM. For prototype OT agreements, at least one significant participant must be a nontraditional defense contractor or nonprofit research institution, or all significant participants are small businesses/nontraditional, or at least one-third of the total cost is from non-Federal sources.
Response Details
Solution Briefs are due by May 5, 2026, at 1600 CST. The government does not currently plan to extend the RFI deadline. All submissions must be unclassified. Primary Contact: Brandon Hayes, brandon.d.hayes11.civ@us.navy.mil.