Underwater Acoustic Recorder
ID: N6660426Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

SOUND RECORDING AND REPRODUCING EQUIPMENT (5835)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for five Underwater Acoustic Recorders as part of a combined synopsis and solicitation (RFQ N6660426Q0054). The recorders must meet specific requirements, including adjustable sample rates, a bandwidth of up to 150 kHz, and a minimum battery endurance of 115 days at 128 kHz, with deployment depths ranging from 50 to 70 meters. These devices are crucial for acoustic monitoring applications and must be delivered to Naval Station Newport, Rhode Island, within three weeks of award. Interested small businesses must submit their quotes by November 21, 2025, at 12:00 PM EST, to Maria Diaz-Sotomayor via email, ensuring compliance with all specifications and active SAM registration.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (RFQ number N6660426Q0054) for five acoustic recorders with integrated hydrophones. This is a 100% small business set-aside with NAICS code 334515. The award will be a Firm Fixed Price purchase order based on the Lowest Price Technically Acceptable (LPTA) approach. Offerors must provide quotes, proof of US shipment, confirmation of new products (no gray market items), and for resellers, proof of OEM authorized status. Delivery is F.O.B. Destination, Naval Station Newport, Rhode Island, within three weeks of award. Items with a unit acquisition cost of $5,000 or more require a unique item identifier (UID). Payment will be electronic via Wide Area Workflow (WAWF). Quotes are due by November 18, 2025, at 12:00 PM EST, and must be submitted electronically to Maria Diaz-Sotomayor. Active SAM registration is required prior to award, and quotes should be valid for at least 60 days.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (N6660426Q0054) for five underwater acoustic recorders. This Request for Quotation (RFQ) is a 100% small business set-aside under NAICS code 334515. The solicitation requires offerors to provide new, US-shipped items sourced directly from the OEM or authorized channels, with shipping costs included and delivery within three weeks to Naval Station Newport, Rhode Island. Award will be based on the Lowest Price Technically Acceptable (LPTA) approach, requiring technical acceptability criteria such as proof of US origin, new products, and OEM authorization for resellers. Quotes are due by November 18, 2025, at 12:00 PM EST, and must be valid for at least 60 days. Contractors must be registered with SAM and utilize Wide Area Workflow (WAWF) for electronic payments. The solicitation incorporates various FAR and DFARS clauses, emphasizing compliance with federal acquisition regulations.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (RFQ N6660426Q0054) for five Underwater Acoustic Recorders. This is a 100% small business set-aside under NAICS code 334515. The award will be a Firm Fixed Price purchase order based on the Lowest Price Technically Acceptable (LPTA) approach. Offerors must provide quotes for the required items, proof of U.S. shipment, confirmation of new products (no gray market items), and, for resellers, proof of OEM authorized status. All items with a unit acquisition cost of $5,000 or more require a unique item identifier (UID). Delivery is F.O.B. Destination, Naval Station Newport, Rhode Island, within three weeks of award. Quotes are due by November 18, 2025, at 12:00 PM EST via email to Maria Diaz-Sotomayor (maria.d.diaz-sotomayor.civ@us.navy.mil). Active SAM registration is required, and quotes must be valid for at least 60 days.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (N6660426Q0054) for five Underwater Acoustic Recorders. This Request for Quotation (RFQ) is a 100% small business set-aside under NAICS code 334515. The recorders must have adjustable sample rates, up to 150 kHz bandwidth, and a minimum of 115 days battery endurance at 128 kHz, with a deployment depth of 50-70m. Acoustic compression is preferred. Award will be based on the Lowest Price Technically Acceptable (LPTA) approach, requiring quotes for the items, proof of US shipment, new products, and OEM authorization for resellers. Delivery is F.O.B. Destination, Naval Station Newport, Rhode Island, within three weeks of award. Quotes, including shipping, are due by November 21, 2025, 12:00 PM EST, via email to Maria Diaz-Sotomayor. Active SAM registration is mandatory.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    Teledyne Acoustic Communications (ACCOMs) Hardware
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), intends to award a firm fixed price purchase order for Acoustic Communications (ACCOMs) Hardware from Teledyne Instruments, Inc. This sole-source procurement is justified due to the proprietary nature of Teledyne's hardware, which is already integrated with existing government software, thus avoiding costly redesigns and schedule delays. The acquisition includes specific components such as transponders, mounting sleeves, cables, acoustic releases, and modems, all of which are critical for naval operations. Quotes are due by December 9, 2025, at 4:00 PM EST, and interested parties must ensure active registration in SAM. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    RFI/Synopsis: Enhanced Very Low Frequency (VLF) Transducer
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division in Newport, Rhode Island, is seeking to modify an existing contract for enhanced Very Low Frequency (VLF) Transducer capabilities for undersea applications. This procurement aims to support Anti-Submarine Warfare (ASW) mission sets and is being conducted as a sole source contract modification to Sparton DeLeon Springs, LLC, which is currently developing the first article under contract N6660423DB300. The Government is also inviting other interested parties to submit capability statements to demonstrate their ability to meet the requirements for VLF Transducers and challenge the sole source determination. Responses must be submitted to the designated contacts, Kerin Prairie and Andrew Kenyon, by the specified deadline to be considered.
    RODMETER,UNDERWATER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Li Ion Battery and Charging Station
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the procurement of Li-Ion batteries and associated services, as outlined in the combined synopsis/solicitation (RFQ N66604-26-Q-0008). The requirements include a deep ocean rechargeable Li-Ion battery with specific technical specifications, a compatible charging station, and services for US Navy battery certification, with an emphasis on adherence to safety standards and documentation as per the Lithium Battery Safety Certification Program. Proposals must be submitted by December 10, 2025, at 2:00 PM EST, and should include detailed pricing, shipping terms, and compliance with federal regulations, including active SAM registration. Interested parties can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    58--PANEL,SONAR GTC - AND SIMILAR REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panel replacement parts, identified by NSN 1H-5845-015938995-ST. The contract involves a total quantity of four units, which must be delivered to the DLA Distribution facility in New Cumberland, PA, and requires engineering source approval to ensure the quality and integrity of the parts. These sonar components are critical for underwater sound equipment applications, necessitating that any alternate sources meet stringent qualification requirements set by the government engineering activity. Interested parties should reach out to Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and note that this opportunity is set aside for small businesses under FAR 19.5.