DT-513 Series Hydrophones
ID: N66604-26-R-0029Type: 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

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines a contract for the production of DT-513 Series Hydrophones for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The contractor is responsible for the design, manufacturing, testing, packaging, and delivery of up to three DT-513D and three DT-513G first article hydrophones, and up to 4,631 production hydrophones, all meeting Critical Item Performance Specification (CIPS) requirements. The SOW details phases for First Article production and testing, including various configuration reviews, audits, and report submissions, followed by a Production Phase. Funding sources include Navy procurement, shipbuilding, and Foreign Military Sales. The document also covers government surveillance, security compliance, and OPSEC requirements, emphasizing the protection of unclassified and controlled unclassified information.
    This Statement of Work (SOW) outlines the production contract for DT-513 Series Hydrophones for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The contractor will design, manufacture, test, and deliver up to six first article hydrophones (DT-513D and DT-513G) and up to 3,731 production hydrophones. The project involves a rigorous configuration management process, including Preliminary and Final Configuration Reviews, First Article Physical Configuration Audits, and extensive testing to meet Critical Item Performance Specification (CIPS) requirements. The SOW details funding types, authorized users, and sponsors from various Navy programs, emphasizing strict adherence to security and quality surveillance standards throughout the production and delivery phases.
    Lifecycle
    Title
    Type
    DT-513 Series Hydrophones
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    SOLE SOURCE / LIMITED COMPETITION – PROCUREMENT OF TR-333 HYDROPHONE HOUSINGS – PSC 5845 – NAICS 332710
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure TR-333 Hydrophone Housings (P/N 6029163-301) on a sole source basis for use in the manufacture of hydrophones for the SP24 TRIDENT system. These housings are critical components that will serve as replacement assets during normal refit and replenishment operations, and the procurement aims to avoid significant costs and delays associated with qualifying new suppliers. The contract will be a non-commercial, 5-year, firm-fixed-price indefinite-delivery indefinite-quantity (IDIQ) agreement, with the intention to award to one of the current certified sources: Stark Precision Machine LLC, D & D Automation Inc, or Enjet Aero Terre Haute LLC. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access the necessary technical drawings and submit capability statements to the primary contact, Jessica Sanders, at jessica.a.sanders26@us.navy.mil, by the specified deadlines.
    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.
    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.
    58--PANEL,SONAR GTC
    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 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.
    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.
    HULL PENETRATOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Hull Penetrators, which are critical components for shipboard systems. The contract requires the delivery of specialized materials that meet stringent quality and safety standards, as any defects could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for ensuring compliance with detailed specifications and quality assurance requirements, with a final delivery timeline set for 365 days after contract award. Interested vendors should direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, and must adhere to the outlined submission protocols for certification data prior to shipment.