A globe is shown with network icons (security, database & cloud), right aircraft carrier and ships.

Area of Interest:

  • Fixed Submarine Broadcast System (FSBS)

  • High Power Transmission Equipment (HPTE)



Background:

The US Navy’s Fixed Submarine Broadcast System (FSBS) provides continuous (24/7), one-way, Very Low Frequency (VLF) and Low Frequency (LF) radio broadcast signals that must reach submerged submarines around the world under all conditions with high-reliability.  FSBS consists of five (5) VLF and five (5) LF shore-based Broadcast Transmission Sites (BTS) positioned around the globe at US and overseas locations.  Each BTS is massive in size and consists primarily of a very large antenna array, High-Power Transmission Equipment (HPTE), and supporting elements.  Built during the Cold War, the high-power transmission gear at these critical sites is outdated, inefficient, and in need of replacement.  To ensure the long-term viability of these essential sites, the Navy seeks to replace the HPTE with modern technology.
 


Problem Statement:

The US Navy seeks solutions for replacing the disparate tube-type VLF HPTEs’ at four of the five shore-based FSBS BTS. The Navy requires high-reliability solutions that support 24-hour per day, 7-day per week (24/7) operations during all conditions, enables global coverage from the existing FSBS transmission sites using existing waveforms, and can be implemented with minimal site downtime.


Primary Attributes:

 
  • High-Power Performance - To enable global coverage, the solution must be capable of at least 2 megawatt (MW) VLF transmissions. At a minimum, the solution must be fully capable of supporting current FSBS modulation techniques, schemes, rates and waveforms, including 4-channel Minimum Shift Keyed (MSK) Frequency Shift Keyed (FSK) and Continuous Wave (CW) (unmodulated) between 50 and 200 baud. The solution must meet or exceed all RF output performance metrics of the existing FSBS design, including: frequency range, output power, power stability, phase linearity, and noise.
 
  • Reliable Operation - It is essential that the solution supports 24/7 broadcasts during all weather and operational conditions with extremely high reliability and redundancy to minimize downtime for planned and corrective maintenance. The solution must be capable of being delivered to FSBS sites around the world and operated in the harsh desert, tropic, and arctic environments at those sites.
 
  • Integrated Design - FSBS sites will remain in service several decades into the future, so the solution must feature a Modular Open Systems Architecture (MOSA) utilizing industry best practices to reduce corrective maintenance downtime, simplify future modernization efforts, enable faster adoption of new capabilities, and reduce overall lifecycle costs. The solution must include all necessary systems to safely, securely and efficiently operate, and must provide the capability for local and remote monitoring and control.
 
  • Mature Technology - The solution must exist in a technically mature state of development and be ready for a capability demonstration soon after initial award. Transition from the legacy HPTE to the new system must avoid lengthy site downtime periods.

Desired Attributes:

 
  • Next-Generation Transmitter Technology – Implement modern high-power transmitter designs that offer greater efficiency, reliability, and ease of control than legacy vacuum tube transmitters. Reduced downtime and maintenance while allowing more agile frequency tuning. These transmitters might also be smaller or use less power for the same output, potentially opening the door to mobile or rapidly deployable versions.
 
  • Tuning and Antenna Matching Designs - Modern VLF/LF tuning and antenna matching systems, featuring new materials such as superconducting components or better insulators in order to reduce losses and increase the radiated power of an FSBS site, resulting in more signal in the water with the same or smaller footprint.
 
  • Smarter Station Control and Automation - Future VLF/LF sites should be highly automated, reducing the need for large crews and enabling quick adjustments. Automation would manage features like automatic tuning or re-tuning the transmitter, dynamic frequency and modulation scheme changes, or switching configurations at different times of day to maximize propagation. Artificial Intelligence (AI) and Machine Learning (ML) could be used to monitor real-time ground conductivity and ionospheric conditions around the world to maximize the range of the broadcast. It could also be used to maintain RF output signal stability and maximize signal output by automatically adjusting power levels or antenna tuning if sensor feedback shows drift. It could also be an enabler for advanced capabilities, waveforms, and operational modes. Additionally, remote operation capabilities would allow centralized control of all global stations from a single ops center, if needed, streamlining how broadcasts are managed.
 
  • Hardening and Resiliency - VLF/LF transmitter sites must be resilient to natural events (e.g., lightning, severe thunderstorms, and earthquakes), usually through robust grounding, surge protection, anchoring, and shock protection. Measures must also be taken to guard against manmade events (such as cyberattacks or operator error) through hardening and other protective features. New materials, technologies and methodologies could enhance the robustness of FSBS sites, prevent system damage, and reduce the impact on transmitter operations by enabling it to continue broadcasting throughout an event.
 
  • Extensibility to LF Sites - Common architectures, systems and components across all FSBS VLF/LF sites can help reduce lifecycle costs. Steps should be taken to ensure that designs and technologies used at FSBS VLF sites can be leveraged to the fullest extent for future FSBS LF site modernizations.
 
  • Technical Data and Supportability - Successful long-term sustainment of FSBS sites necessitates availability and access to detailed system technical manuals, drawings and parts lists, training, technical support, and spare parts for the life of the system.  Transmitter sustainment and supportability must be considered.  Immersive training tools such as augmented reality and digital twins can be used to enhance the training experience FSBS operators and maintainers receive, enhancing their ability to sustain the system.
 
  • Enhanced Maintainability - Modern maintenance tools such as AI/ML based predictive maintenance, Built-In Test (BIT), self-healing software, autonomous component failover, and “hot-swap” components can dramatically reduce the maintenance burden on system maintainers, minimize site downtime, and optimize utilization of spare parts. Steps should be taken to reduce the maintenance burden on transmitter maintainers.

Additional Notes:

 
  • Cybersecurity and Information Assurance best practices must be implemented and strictly adhered to.  Measures must also be taken to protect the supply chain from malicious and/or counterfeit software and hardware components to ensure safe, secure, and reliable operation of the system.

  • Companies must hold a Secret Clearance during the duration of the agreement.

  • 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-E004 Public Posting Link: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?noticeId=N0003925RE004&noticeType=SolicitationNotice

SAM.gov N00039-25-R-E004 posting: https://sam.gov/workspace/contract/opp/c19d719c9a794bc0976ab6f40e3ecc21/view


 
Guidance-Card-Icon Dept-Exclusive-Card-Icon