Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
ID: N6660425R0130Type: Presolicitation
Overview

Buyer

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

NAICS

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

PSC

UNDERWATER SOUND EQUIPMENT (5845)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Dec 10, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.

Files
Title
Posted
Apr 7, 2025, 12:04 PM UTC
The Statement of Work (SOW) outlines the technical services required for Towed Array Integrated Product Team Telemetry by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The project encompasses engineering support tasks specifically directed at enhancing towed array sensor systems for undersea warfare and anti-submarine warfare operations. Key activities include configuration management, engineering services, component repairs, and technical documentation related to various towed array systems such as TB-29 and TB-34 series. The SOW details performance in specific locations, authorized users, sponsoring offices, funding types, and a structured approach to documentation and compliance, including adherence to various military standards. The contractor will be tasked with conducting engineering studies, failure analysis, diagnostics, and maintenance of telemetry components, with strict reporting requirements and quality assurance measures to ensure high reliability and performance of systems. The purpose of this SOW is to procure comprehensive engineering, repair, and support services for the ongoing advancement and maintenance of towed array systems, ultimately bolstering the operational capability of naval forces.
Apr 7, 2025, 12:04 PM UTC
The document details a catalog of various components designated by part numbers, primarily focused on electronic and acoustic technologies. The parts listed include various regulators, receivers, transmitters, hubs, nodes, and specialized assemblies crucial for communications and sensor applications. Significant entries include multiple types of shunt regulators, fiber optic receivers, and acoustic nodes, each identified by specific nomenclature and part numbers, indicating their tailored functionality for integration into larger systems. The organization suggests a systematic approach for procurement or grants relevant to federal, state, and local government contracts, highlighting the need for specialized technology in government operations, possibly for defense or research applications. The detailed enumeration of parts implies a focus on enhancing communication capabilities or data processing systems within governmental frameworks. This file serves as a resource for organizations looking to respond to RFPs related to technological advancements in the public sector, consistent with funding and development initiatives across various governmental levels.
Dec 12, 2024, 3:05 PM UTC
The Statement of Work (SOW) outlines the requirements for technical services regarding Towed Array systems within the Naval Undersea Warfare Center Division, Newport. The contract focuses on engineering support for various towed array products and includes responsibilities such as configuration management, repair, and upgrades. Key activities involve providing parts, conducting failure analysis, and engineering studies to enhance reliability and performance. Specific tasks are structured under distinct technical requirements, with defined deliverables for each phase, such as progress reports and engineering documents. The document also emphasizes adherence to applicable standards and security protocols. Funding sources include different Navy financial categories, ensuring comprehensive oversight for operations and maintenance of critical sonar systems. This SOW aims to support the Navy's operational readiness and technological advancement in undersea warfare systems through a detailed and methodical approach.
Dec 12, 2024, 3:05 PM UTC
The provided document outlines a detailed inventory of various assemblies and components categorized under federal RFPs (Requests for Proposals) and grants. The items listed include different harness assemblies, sensor node assemblies, power groups, and interface units, each identified by specific part numbers and types. The document is structured in a tabular format, with columns for part numbers, nomenclature, and type classifications, indicating the components' functions within broader applications. The key focus of the document is on the procurement of specialized assemblies designed for advanced technological applications, likely in the defense or aerospace sectors. These components seem essential for systems requiring high reliability and functionality, such as surveillance and communication technologies. The detailed enumeration reflects a systematic approach to ensuring that precise specifications and standards are met for project requirements. Overall, the document serves as a crucial reference for government contractors and suppliers bidding on related opportunities, showcasing the complexity and variety of technical components involved in government-funded projects.
Lifecycle
Similar Opportunities
DT-511C and DT-592D Hydrophones and Spare Parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small business sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves the design, manufacturing, testing, packaging, and delivery of up to six prototype hydrophones and up to 650 production units, adhering to the Navy's Critical Item Performance Specifications. This initiative is crucial for enhancing undersea warfare capabilities, ensuring that the Navy maintains high-quality hydrophone systems. Interested small businesses must submit a capabilities statement by April 24, 2025, with the anticipated Request for Proposal (RFP) release in May 2025 and contract award expected by December 2025. For further inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
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.
CODED ACOUSTIC RECEIVER WITH ACOUSTIC RELEASE AND ACCESSORIES
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting quotes for the procurement of Coded Acoustic Receivers and associated accessories under RFQ number N6660425Q0374. This unrestricted opportunity requires suppliers to provide specific items, including 69kHz Coded Acoustic Receivers, flotation collars, magnetic activation probes, and various lithium batteries, with a total of seven line items specified for delivery to Newport, Rhode Island. The procurement is critical for enhancing underwater communication capabilities, and the government intends to award a Firm Fixed Price (FFP) Purchase Order to the lowest-priced, technically acceptable offeror. Interested parties must submit their offers by 11:00 a.m. (EST) on April 18, 2024, and can direct inquiries to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
Large Vertical Array Production
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources for the development and production of a Large Vertical Array (LVA) for SONAR applications on Ohio Class and Virginia Block III and IV submarines. The LVA will include acoustic sensors, outboard electronic bottles, cables, and fixtures, all designed to withstand harsh underwater environments and integrate with existing sonar systems. Interested parties must submit a capability statement detailing their experience and technical approach by April 18, 2025, and comply with a Terms of Use Agreement for accessing sensitive performance specifications. For further inquiries, contact Matthew Nalls at matthew.a.nalls2.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
Harpoon Cable Assemblies
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Harpoon Cable Assemblies, specifically focusing on non-recurring engineering services and the production of various cable assemblies for naval applications. The contract includes the design, certification, and testing of umbilical cables for international naval clients, with a total of up to 48 cables to be produced for different submarine classes, including Type-209, Romeo, and S-80. This initiative is critical for ensuring the operational readiness and quality of essential naval equipment, supporting Foreign Military Sales and international defense collaboration. Interested contractors must submit their quotes electronically by May 29, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further information.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors for the procurement of eight units of the Towed Array Subassembly, classified under the PSC code 5845 for underwater sound equipment. The government has rights to the technical data, and the procurement is set aside for small businesses, indicating a total small business set-aside under FAR 19.5. This equipment is crucial for naval operations, enhancing underwater surveillance and communication capabilities. Interested parties can contact Jocelyne Dzonang Fouego at (717) 605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, and they are encouraged to access relevant documents through the DoD Single Stock Point for compliance and specifications.
Mooring Components
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
North Atlantic Industries Sensor interface Unit
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.