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 Built during the Cold War, the high-power transmission gear at these critical sites is outdated, inefficient, and in need of replacement.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.
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.
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.
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.
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.
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.
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¬iceType=SolicitationNotice
SAM.gov N00039-25-R-E004 posting: https://sam.gov/workspace/contract/opp/c19d719c9a794bc0976ab6f40e3ecc21/view