Follow-On Towed Array Integrated Product Team (TAPIT) Telemetry and Compact Towed Array (CTA) 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
    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
    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.
    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.
    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.
    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.
    Similar Opportunities
    DT-513 Series Hydrophones
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    TIH 28/30/32
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.
    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.
    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.
    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.
    58--TOWED ARRAY SUBASEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Towed Array Subasem, categorized under NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves stringent quality requirements, including First Article Testing and production lot testing, to ensure compliance with military specifications and standards, particularly for underwater sound equipment. The successful contractor will be responsible for adhering to multiple drawing and military specification requirements, with a focus on quality assurance and configuration control, as the equipment is critical for naval operations. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.
    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.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.