Skip to main content (Press Enter).
ABOUT
Small Business Programs
Inspector General
About
LEADERSHIP
1NAVWAR
NAVWAR
NIWC Atlantic
NIWC Pacific
PEO C4I
PEO Digital
PEO MLB
1NAVWAR
MEDIA
Photos
Media
CONTACT
ONBOARDING
WORK WITH US
Search
Home
Work With Us
Open CSO Calls
Home
Work With Us
Open CSO Calls
ABOUT
Small Business Programs
Inspector General
LEADERSHIP
1NAVWAR
NAVWAR
NIWC Atlantic
NIWC Pacific
PEO C4I
PEO Digital
PEO MLB
MEDIA
Photos
CONTACT
ONBOARDING
WORK WITH US
NAVWAR-DIU CSO Opportunities(0)
NAVWAR CSO Opportunities(1)
NAVWAR eCommerce
Contact Us
Resource Guide
F.A.Q.
Area of Interest (AOI): Low Band Universal Communications System (LBUCS) Receive (Rx) Version 2 (V2
NOTICE: Responses to this AOI due no later than
12:00PDT 26 SEPT 2025
.
See Submission Instructions below.
Background
The Fixed Submarine Broadcast System (FSBS) is a 24/7 one-way communication system that uses Low Frequency/Very Low Frequency (LF/VLF) radio waves to send messages to submarines operating covertly across vast ocean areas. This system is crucial for delivering command and control information to submarines without requiring them to expose themselves.
FSBS includes land-based transmitters and submarine-based receivers. The land-based transmitters, located at multiple sites worldwide, broadcast in the 14 to 160 kilohertz range. Submarines use specialized LF/VLF receivers to receive these broadcasts. The submarine-based component is the submarine LF/VLF receiver, located in the radio room. There are additional receivers located at shore facilities to monitor LF/VLF broadcasts.
The Low Band Universal Communications System (LBUCS) program is upgrading and modernizing the FSBS equipment at broadcast control sites, transmit stations, and on submarines. This modernization effort replaces aging components to maintain existing functionality, address capability gaps, lower maintenance costs, and ensure the continued reliable LF/VLF communication with deployed submarines.
Problem Statement
The Navy requires a software defined radio (SDR) receiver for submarines and shore facilities. This receiver, referred to as LBUCS Receive (Rx) Version 2 (V2) must be able to reliably receive Low Frequency (LF) and Very Low Frequency (VLF) transmissions when the submarine is deep underwater and moving fast. The receiver must interoperate with an external End Cryptographic Unit (ECU) such as a KGV-362, which the Government can furnish to contractors with the appropriate clearance for development and testing purposes.\
Primary Attributes
The SDR solution must:
Utilize an Open System Architecture (OSA) system.
Receive VLF signals in the range of 14 kHz to 160 kHz.
Receive VLF/LF signals from two independent, 50 ohm antenna interfaces simultaneously.
Receive and process data from eight (8) VLF/LF links (eight different frequencies) simultaneously.
Size, Weight, and Power (SWaP) requirements:
The SDR must mount in an EIA-310 standard 19-inch rack.
The depth of the SDR must not exceed 19.5 inches.
The height of the SDR must not exceed 10.5 inches.
The SDR must operate at 115 Volts, 60 Hertz single-phase Alternate Current (AC) power as specified by MIL-STD-1399, section 300: The power consumption of the SDR must not exceed 1300 watts.
The weight of the SDR must not exceed 80 pounds.
Be controlled and managed from an external controller using SNMPv3 (Simple Network Management protocol).
Be capable of sequentially scanning frequencies on each channel and automatically recognizing specific modes.
The SDR chassis must have sufficient electromagnetic shielding to ensure successful integration of the receiver.
Contain an interface that enables it to configure and receive correlated keystream data from the ECU (e.g. a KGV-362).
Provide capability to output message data on serial and/or ethernet ports to peripheral devices, depending on the platform configuration.
Accommodate peripheral ports to include multiple serial outputs, ethernet ports, 5 MHz input, 1 pulse-per-second input, and 24 bit binary coded decimal (BCD) time-of-day input.
Incorporate a ruggedization plan that will ensure the SDR receiver can operate within stringent environmental conditions, to include: Temperature: operating, non-operating; Humidity; Shock; Vibration; Pressure; Ship motion Inclination; DC Magnetic Field; Airborne noise; Structure-borne noise; TEMPEST Requirements; Electromagnetic Emissions and Susceptibility; Drip-Proof.
The Software (SW) must:
Implement all VLF/LF mode standards i.e. Special/Flexibility Mode (S/FLEX), Range Extension Mode (REM), MEECN (Minimum Essential Emergency Communications Network) Message Processing Mode (MMPM), High Data Rate (HIDAR) Mode, Special Mode Alpha (SMA) and additional Modes (listed in System/Subsystem Performance Specification).
Implement interfacing with the End Cryptographic Unit.
Allow for local and remote control of the System.
Desired Attributes
Modularity
The Government desires SDR hardware packaged into self-contained assemblies (modules) that can be easily accessed and removed and reinstalled by plugging and unplugging at the LRU level. This supports end-user objectives for troubleshooting by allowing the replacement of individual modules without impacting the remaining modules.
The Government desires an SDR solution that leverages software developed using a modern, open architecture with a highly modular design. This design principle is critical to ensuring that changes or updates to one module do not affect the operation or stability of other modules, promoting maintainability and future extensibility.
Survivability:
The Government desires a SDR solution capable of surviving a Grade A Shock event.
Field Upgradeable
The Government desires a solution which will allow for the quick, remote upgrade of software to deployed submarines, in the field.
Software (SW)
The SW must be developed and tested in a SECRET facility.
The software should allow incorporation of new waveforms with minimal or no impact to the current system capability.
The SW Performance Requirements include: Required states and modes (Initialization state, operational state, and off-line diagnostics state), Security, Data Management, Code Complexity and Efficiency, Concurrency and Parallelism, External Dependencies, User Experience, and Monitoring and Logging
Additional Notes
Companies must have experience deploying on classified networks and ability to perform work in these environments and cleared personnel who can work up to TS/SCI (teaming arrangements will satisfy this requirement). It is encouraged that submissions highlight experience with controlled environments, such as deployments in GovCloud or any classified data/environments (https://public.cyber.mil/dccs/). Preference will be given to companies whose solutions have been deployed on IL6 or higher or have an equivalent Authority to Operate (ATO).
Companies are expected to demonstrate their solution in an unclassified environment as part of Phase 2 of the Commercial Solutions Opening.
The Government may seek to team companies with complementary solutions under the umbrella of this AOI; or in coupling of other AOIs’ issued within NAVWAR or DIU. Selected vendors may be required to engage in partnerships with other vendors to achieve Government objectives.
Awarding Instrument
This solicitation will be awarded in accordance with the Commercial Solutions Opening (CSO) process detailed within N00039-25-S-0001 (NAVWAR CSO), posted to SAM.gov on 4 JUN 2025. This document can be found at:
https://sam.gov/opp/a606b587755240e1a0b4f7d1e8d557bc/view
Vendors are reminded that in order to utilize an Other Transaction (OT) agreement the requirements of 10 USC 4022 must be satisfied. Specifically reference 10 USC 4022(d), which requires significant contribution from a nontraditional defense contractor, all participants to be small business concerns, or at least one third of the total cost of the prototype project is to be paid out of funds provided by sources other than the federal government.
Any resulting agreement from this solicitation will include language requiring your company to confirm compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232). If you are unable to confirm compliance with the referenced law, the Government will not be able to enter into an agreement with your company.
Potential Follow-On Contract or Agreements
Companies are advised that any Other Transaction (OT) agreement for Prototype awarded in response to this solicitation may result in the direct award of a follow-on production contract or agreement without the use of further competitive procedures.
The follow-on production contract or agreement will be available for use by one or more organizations within the Department of Defense. As a result, the magnitude of the follow-on production contract or agreement could be significantly larger than that of the Prototype OT agreement. All Prototype OT agreements will include the following statement relative to the potential for follow-on production: “In accordance with 10 U.S.C. § 4022(f), and upon a determination that the prototype project for this transaction has successfully been completed, this competitively awarded Prototype OT agreement may result in the award of a follow-on production contract or transaction without the use of competitive procedures.”
Response Instructions
Per the N0003925S0001 NAVWAR CSO announcement, vendors interested in responding to this AOI are invited to submit Phase 1 Solution Briefs. Solution Briefs should not exceed five (5) written pages using 12-point font or, alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15). These limits are not requirements but are strongly recommended.
Title Page (does not count against page limit)
Company Name, Title, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted.
Executive Summary (one page limit, included in five (5) page limit)
Provide an executive summary of the technology.
Technology Concept
Describe the unique aspects of your technology and the proposed work as it relates to the AOI. Identify whether the effort includes the pilot or demonstration of existing commercial technology (identified as commercially ready and viable technology), or the development of technology for potential defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects which may be considered proprietary.
Company Viability
Provide a brief overview of the Company. Provide a summary of current fundraising to date or a summary of the top line (gross sales/revenues). Provide a summary of product commercialization and go-to-market strategy.
Recommended Award Type
Companies should recommend an award type to be considered for the effort (FAR-based Procurement Contract or OTA). Should the Company be asked to submit a Proposal, the Government and Company will further negotiate the best type of award for the effort.
Submission Instructions
Vendors interested in submitting a response to this AOI must submit their solution brief via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module link provided in this posting. The Government will not accept emailed submissions. If you have any questions regarding submission you may contact the Government point of contact identified in the SAM.gov posting/notice.
PIEE N00039-25-R-0009 Public Posting Link:
https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?noticeId=N0003925R0009¬iceType=SolicitationNotice
SAM.gov N00039-25-R-0009 posting:
https://sam.gov/workspace/contract/opp/2619c5a8d38f45859ecdfa4e6b89fcdf/view
Guidance-Card-Icon
Dept-Exclusive-Card-Icon