3 EA. SeaTrac Brand Baseline Acoustic Transponder System -- Total Small Business Set Aside--
ID: N61331-25-T-JC16Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure three SeaTrac brand ultra-short baseline acoustic transponder systems, specifically the X150 model, under a total small business set-aside. This procurement is essential for the Collaborative Underwater Autonomy Under Limited Communications project, where the SeaTrac systems are critical for implementing collaborative localization algorithms that meet specific technical requirements. The acquisition is justified as a limited source purchase due to the unique capabilities of SeaTrac products, which no alternative brands can fulfill, ensuring the project's success. Interested vendors must submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a CAGE code.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various sections concerning contract terms and conditions applicable to federal contracts under NAVSEA (Naval Sea Systems Command). It details delivery performance standards, electronic payment submission processes, and required contract clauses that cover a range of compliance areas, including safeguarding of sensitive information and prohibitions against specific foreign entities. Key terms emphasize maintaining the System for Award Management (SAM) and the registration of various codes while prohibiting fraudulent practices such as those relating to child labor, human trafficking, and certain telecommunications. Additional sections address contract administration functions, contractor responsibilities regarding invoicing processes, government points of contact for contract management, and a framework for managing official contract files. Through these provisions, the document serves as a comprehensive guide to ensure compliance, safeguard sensitive data, and promote fair practices in government contracting. It emphasizes the federal commitment to uphold legal and operational standards in managing contracts and interactions with contractors' personnel.
    The Naval Sea Systems Command seeks to procure three SeaTrac brand ultra-short baseline acoustic transponder systems for the Collaborative Underwater Autonomy Under Limited Communications project. This acquisition is justified as a limited source purchase, as SeaTrac is deemed the only provider capable of meeting specific technical requirements essential for the project's successful implementation of collaborative localization algorithms. The purchase includes the X150 USBL system, necessary beacons, software, and supporting equipment. The Contracting Officer has determined this order offers the best value, as it provides the lowest overall cost while fulfilling the government’s needs. Market research indicated no alternative brands could meet these requirements, thus justifying the exclusivity of this procurement. The rationale emphasizes the importance of the SeaTrac systems in ensuring effective localization algorithms and project outcomes, which cannot be achieved with any other equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    Listen Technologies Transceivers and Accessories
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, has issued a special notice regarding the procurement of Listen Technologies transceivers and accessories, with the solicitation now canceled due to an anticipated GSA buy. This procurement was set aside for small businesses under the SBA guidelines, indicating a focus on fostering small business participation in government contracting. The goods sought are critical for intercommunication and public address systems, which play a vital role in enhancing communication capabilities within naval operations. For further inquiries, interested parties can contact Roland Parrilla at roland.j.parrilla.civ@us.navy.mil or by phone at 860-433-2253, or reach out to Stephanie Neale at stephanie.l.neale.civ@us.navy.mil or 860-433-3709.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking small business concerns to provide 19 units of the Afterbody Torpedo Case (NSN 1H-1355-015610794). This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in defense contracting, and will include various clauses to ensure participation from HUBZone, service-disabled veteran-owned, and women-owned small businesses. The goods are critical components used in torpedoes, underscoring their significance in naval operations. Interested parties should contact Zachary R. Morrill at (717) 605-1552 or via email at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL for further details, as the solicitation will provide additional information on the acquisition process.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the production of torpedo components, adhering to strict quality and inspection standards, with a delivery timeline of 177 days for two separate line items. The goods are critical for naval operations, emphasizing the importance of compliance with military specifications and quality assurance protocols. Interested vendors should contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure their proposals align with the outlined requirements.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires compliance with specific design, manufacturing, and performance standards, including quality assurance measures and inspection protocols, to ensure the product meets military specifications. The CASE, AFTERBODY TORP is critical for naval operations, emphasizing the importance of quality and reliability in defense materials. Interested vendors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details, with proposals expected to adhere to the outlined requirements and timelines.
    58--PANEL,SONAR GTC
    Dept Of Defense
    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 panels, identified by NSN 1H-5845-015938990-ST, with a total quantity of 2 units. This procurement requires engineering source approval to ensure the quality of the parts, necessitating that any alternate sources must qualify according to the design control activity's procedures approved by the relevant Government engineering activity. The sonar panels are critical components used in underwater sound equipment, and the contract will only be awarded to offerors who meet the qualification requirements at the time of award, as outlined in FAR clause 52.209-1. Interested parties should contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and they are encouraged to express their interest in providing commercial items within 15 days of this notice.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    58--COVER,LIGHT TRAP AS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 65 units of the light trap cover (NSN 1H-5840-014379592-A5) under a presolicitation notice. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The items will be delivered to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. Interested parties should contact Jordan Burt at (717) 605-1318 or via email at jordan.d.burt.civ@us.navy.mil for further details, and must include their CAGE code in solicitation requests. This opportunity is set aside for small businesses, and responses indicating interest and capability must be submitted within 15 days of this notice.
    Total Small Business Set Aside Brand Name: Snap-On Pneumatic High-Torque Wrench and Regulator Filter
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from qualified small businesses for the procurement of Snap-On Pneumatic High-Torque Wrench and Regulator Filter, under a Total Small Business Set-Aside. This acquisition is critical for maintaining the operational readiness of the Landing Craft Air Cushion (LCAC) 100 program, as Snap-On is the only brand that meets the necessary specifications and has been tested for compatibility, ensuring safety and efficiency. Interested vendors must submit their quotes, including unit price, shipping costs, CAGE code, lead time, and WAWF capability, by December 22, 2025, at 11:00 a.m. Central Time, to Terra Roberts at terra.s.roberts.civ@us.navy.mil. The government will evaluate submissions based on best value, considering price, delivery, quality, and past performance.
    Acalis Life of Type Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to solicit a proposal from Lockheed Martin for the procurement of Acalis 3U VPX COTS Chips, which are critical components for the F/A-18E/F Infrared Search and Track (IRST) Processor Weapons Replaceable Assembly (WRA). This procurement is being pursued as a sole source modification under the authority of 10 USC 2304 (C)(1), indicating that only one responsible source can meet the agency's requirements, as Lockheed Martin originally procured these parts. Interested parties may submit technical capability statements to demonstrate their ability to produce the required products, although the decision to pursue a competitive procurement remains at the discretion of the United States Government. For further inquiries, interested parties can contact Nicole Yeager at nicole.e.yeager.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil.