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
  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
Request for Information/Synopsis - 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 seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
Propulsion Test Facility (PTF) Complex Operations & Maintenance (O&M)
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is preparing to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for the operations and maintenance (O&M) of the Propulsion Test Facility (PTF) Complex in Newport, Rhode Island. The contract aims to ensure the continued operation, maintenance, and upgrades of the PTF, which is vital for testing and engineering functions related to the U.S. Navy's torpedo fleet and associated systems, including the Mk 48 and Mk 54 torpedoes and unmanned underwater vehicles. Interested contractors will be responsible for a range of tasks, including maintaining testing systems, providing technical support, and adhering to safety regulations, with the solicitation expected to be released on or around May 7, 2025. For further inquiries, potential offerors can contact Erin Montanari at erin.l.montanari.civ@us.navy.mil or Carrie Rochelle at carrie.r.rochelle.civ@us.navy.mil.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Towed Array Subassembly, which is critical for underwater sound equipment applications. This procurement requires compliance with various military specifications and quality assurance standards, including First Article Testing and production lot approval, to ensure the assembly meets stringent performance and safety requirements. The successful contractor will be responsible for adhering to detailed design and manufacturing processes, with a focus on quality control and configuration management, as the equipment is intended for use on submarines and surface ships. Interested vendors should contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, as the contract is set to be awarded following a competitive evaluation process.
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.
Sole Source Qortek Multi-Channel Test Set
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Multi-Channel Test Set, specifically part number MD2434501, from Qortek on a Sole Source basis. This procurement is critical to the Navy's mission timeline, as Qortek is recognized as the sole provider due to their proprietary technology essential for the operation of the test set. The contract requires the delivery of one unit within 20 weeks of award, with quotes due electronically by April 24, 2025, and delivery to be made F.O.B. Destination to Naval Station Newport, Rhode Island. Interested vendors must ensure active registration with the System for Award Management (SAM) to be eligible for award, and can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028 for further information.
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.
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.
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI‐ DISCIPLINE ARCHITECT‐ENGINEER (A‐E) SERVICES IN SUPPORT OF PROJECTS ON NUWC FACILITIES AT NAVAL UNDERSEA WARFARE CENTER NEWPORT DIVISION (NUWCDIVNPT), NEWPORT, RI.
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Newport Division (NUWCDIVNPT), is seeking qualified small business architect-engineer firms to provide multi-discipline architect-engineer (A-E) services for various facility projects in Newport, Rhode Island. The contract will encompass a range of services including planning, design, construction evaluation, and renovation projects, with a maximum contract value of $5 million over a five-year period. This procurement is critical for ensuring the effective management and execution of facility improvements and infrastructure projects at NUWCDIVNPT. Interested firms must submit their qualifications using the SF 330 form by May 12, 2025, with inquiries directed to Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.