DT-511C and DT-592D Hydrophones and Spare Parts
ID: N6660425R0361Type: Solicitation
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 proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to manufacture DT-511C and DT-592D hydrophones and their spare parts. The contractor will be responsible for designing, documenting, manufacturing, testing, packaging, and delivering hydrophones that meet specific performance requirements, as well as providing spare parts in accordance with detailed drawings. These hydrophones are critical for underwater sound detection and navigation, supporting the operational needs of the U.S. Navy fleet. Interested parties must submit their proposals by November 12, 2025, and can direct inquiries to Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil. The contract has a minimum guarantee of $250,000, with a maximum obligation of $999,999.

    Files
    Title
    Posted
    This government file outlines the pricing structure for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) provisions, specifically for various hydrophone components. The contract spans five ordering periods from February 2026 to February 2031. Offerors are required to provide unit prices for different quantities of DT-511C and DT-592D First Article Hydrophones (CLIN 0001), Production Hydrophones (CLIN 0002) in quantity ranges of 4-10, 11-20, and 21-30, and various associated components under CLIN 0003, such as resilient mounts, receptacles, boots, pre-amplifier circuit cards, and sub-assemblies, generally for quantities of 11-20 EACH. The government will issue task orders to determine purchased quantities, allowing for multiple purchases of items. This document serves as a guide for contractors to submit their pricing proposals for these specialized hydrophone parts over the specified contract duration.
    The document outlines a proposed performance-based milestone payment plan for Solicitation N66604-25-R-0361, which pertains to DT-511C and DT-592D Hydrophones. It details two main Contract Line Item Numbers (CLINs): CLIN 0001 for First Article milestones and CLIN 0002 for Production milestones. CLIN 0001 specifies four cumulative milestones, each accounting for 20% of the CLIN price, totaling 80% for the first article, with verification methods ranging from configuration reviews to material receipt and transducer delivery. CLIN 0002 outlines three cumulative milestones, covering drawings and production documentation release (15%), material ordered (15%), and receipt of 90% of material line items (20%), totaling 50% for production. Each milestone includes a verification method and a 'not to exceed' total value, indicating a structured payment schedule tied to specific deliverables and verified progress throughout the project.
    This DD Form 254 outlines the security classification specifications for a Department of Defense contract (N66604-25-R-0361) to manufacture, test, inspect, package, and deliver DT-511/592 Hydrophones. The contract requires a Confidential facility security clearance and safeguarding level. The document specifies that this form is for bidding purposes only and a certified DD Form 254 will be issued upon contract award. Key requirements include protection of classified and Controlled Unclassified Information (CUI) in accordance with 32 CFR Part 117 and NIST SP-800-171, respectively. Contractors must adhere to Operations Security (OPSEC) requirements, protect critical information, and obtain approval for public release of any contract-related information. All security incidents and requests must be reported to the NUWCDIVNPT Industrial Security Team, and subcontractors also require separate DD Form 254s. The Naval Undersea Warfare Center, Newport, is the contracting activity.
    This document outlines a series of cost summary templates for various hydrophone components, including the First Article DT-511/DT-592 Hydrophone, Production DT-511/DT-592 Hydrophone, DT-511C & DT-592D Hydrophone Resilient Mount, DT-511C & DT-592D Hydrophone Receptacle, DT-511C Hydrophone Boot, DT-592D Hydrophone Pre-Amplifier Circuit Card, and DT-592D Hydrophone Sub-Assembly. Each template provides a structured format for calculating the estimated firm-fixed price by detailing direct labor hours and rates, indirect rates and costs, material costs, other direct costs (ODCs), and applied percentages for General & Administrative (G&A) expenses and profit on labor, material, and ODCs. The purpose is to provide a standardized approach for cost estimation, ensuring all relevant cost components are accounted for in a clear and organized manner for government procurement processes.
    The Statement of Work (SOW) outlines the requirements for the design, manufacturing, testing, and delivery of DT-511C and DT-592D hydrophones, as managed by the Naval Undersea Warfare Center Division. This contract encompasses the creation of up to six prototype hydrophones and up to 650 production units, along with spare parts. The identified contractors will execute their tasks at their own facilities and must ensure compliance with the Navy's Critical Item Performance Specifications. The project will progress through well-defined phases, including kick-off meetings, production progress reports, and various audits to verify compliance with technical specifications. Key milestones include the First Article Testing phase, where contractors must validate the hydrophones meet performance criteria, followed by production acceptance testing for numerous units. The SOW also addresses quality assurance, government-furnished information, funding sources, and security compliance, particularly regarding controlled unclassified information. This procurement demonstrates the Navy's commitment to maintaining and enhancing its hydrophone capabilities for undersea warfare applications while ensuring thorough oversight and quality control throughout the contract lifecycle.
    This document is a Contract Data Requirements List (CDRL) detailing the data items required for contract N66604-24-RFPREQ-NPT-15-0004, concerning DT-511C Hydrophones. It outlines various deliverables including meeting agendas and minutes, production reports, failure summary and analysis reports, engineering change notices, test procedures, technical reports, test/inspection reports, production acceptance test procedures, production acceptance test and inspection data, transducer/hydrophone certification cards, engineering change proposals, and requests for variance. Each data item specifies its title, authority, contract reference, requiring office (NUWCDIVNPT CODE 1535), distribution, frequency, and submission dates (draft and final). The document also includes an addendum for CDRL A005 and B005, detailing submission requirements for top-level drawings and complete drawing packages at various stages like Preliminary Critical Review (PCR), Formal Critical Review (FCR), First Article-Production Configuration Audit (FA-PCA), and Functional Configuration Audit/Physical Configuration Audit (FCA/PCA). All data items are subject to a CUI Distribution Statement D, restricting distribution to the Department of Defense and U.S. DoD Contractors only, and include an Export Control Warning Notice due to the technical data's restricted nature.
    This government file, part of federal RFPs for DT-592D Hydrophones (Contract/PR No. N66604-24-RFPREQ-NPT-15-0004), outlines a comprehensive Contract Data Requirements List (CDRL). It details various data items the contractor (TBD) must submit to the NUWCDIVNPT CODE 1535. Key deliverables include meeting agendas (B001), meeting minutes (B002), production reports (B003), and failure summary and analysis reports (B004). The CDRL also mandates engineering change notices (B005), test procedures for first article acceptance (B006), first article baseline reports (B007), and contractor first article testing reports (B008). Additionally, it requires production acceptance test procedures (B009), production acceptance test and inspection data (B00A), transducer/hydrophone certification cards (B00B), engineering change proposals (B00C), and requests for variance (B00D). All submissions are subject to strict government review timelines and export control warnings, with distribution limited to Department of Defense and U.S. DoD Contractors only.
    This document is a solicitation for proposals to manufacture DT-511C and DT-592D hydrophones and their spare parts for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The contract will be a single Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a minimum guarantee of two first-article units or four production units, up to $250,000. Key requirements include designing, fabricating, testing, and delivering up to three first-article hydrophones of each type, followed by production units and spare parts. The contractor must adhere to specific performance specifications, participate in configuration reviews and audits, and submit various reports, including progress and failure analyses. The Statement of Work (SOW) details technical requirements, applicable documents, government-furnished information, and security compliance, including enhanced cybersecurity controls and restrictions on mercury use.
    Amendment 0001 to Solicitation N6660425R0361, issued on September 8, 2025, modifies the original solicitation dated August 27, 2025. This amendment primarily adds Clause 252.225-7013, "Duty-Free Entry," to the contract clauses. While the clause's effective date is listed as July 2025 in Section I, it should be August 2025 due to system constraints. The amendment also clarifies the government's intent to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guarantee of specific units (DT-511C, DT-592D, or hydrophone production units) totaling no more than $250,000. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is considered.
    Amendment 0002 to solicitation N6660425R0361, issued by NUWC DIV NEWPORT, extends the deadline for offer submissions from September 26, 2025, to October 27, 2025. This amendment is part of a solicitation for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guarantee valued at no more than $250,000.00 for DT-511C, DT-592D first-article units, or hydrophone production units. Additionally, Amendment 0001 added Clause 252.225-7013 Duty-Free Entry, correcting the clause date from JUL 2025 to AUG 2025. Offerors must acknowledge receipt of amendments. All other terms and conditions of the original solicitation remain unchanged.
    This government file details Amendment 0003 to Solicitation Number N6660425R0361, issued by NUWC DIV NEWPORT. The primary purpose of this amendment is to extend the response due date for offers from October 27, 2025, to November 12, 2025. Additionally, the amendment modifies the 'Government Obligation to Order Maximum' from USD 999,999.00 to USD +999,999.00 and the 'Contractor Obligation to Deliver Minimum' from 2 to 0. It also references previous amendments, 0001 and 0002, which added a clause on Duty-Free Entry and previously extended the offer receipt date. This document is a standard form for amending solicitations or modifying contracts, outlining how offerors must acknowledge receipt of the amendment and emphasizing that all other terms and conditions of the original solicitation remain unchanged.
    The document outlines the Statement of Work (SOW) for the design, manufacture, and delivery of DT-511C and DT-592D hydrophones by a contractor for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). It describes the project’s background and funding sources, emphasizing the contractor's responsibilities, including providing First Articles and production hydrophones that meet specific performance requirements. The work is to be performed at the contractor's facility, with a clear emphasis on compliance with applicable standards and engineering drawings. The SOW details critical tasks and deliverables, such as conducting various reviews (e.g., Preliminary Configuration Review, Final Configuration Review, and Physical Configuration Audit) to ensure product compliance. Regular progress reports and failure analysis are mandated to address any non-conforming materials. The document stipulates security compliance measures regarding classified information and outlines quality surveillance standards for the contractor's performance across technical quality, schedule adherence, and regulatory compliance. Overall, this SOW establishes a framework for the successful procurement and deployment of hydrophone technology vital to the Navy's operational capabilities while adhering to stringent engineering and security standards.
    Similar Opportunities
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    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.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    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.
    59--SONAR HEADSET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 49 SONAR HEADSETS under solicitation number NSN 5965015869391. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a guaranteed minimum quantity of 7 units and an estimated total order value of $350,000, which will be fulfilled through various DLA depots both within the continental United States (CONUS) and outside (OCONUS). The SONAR HEADSETS are critical components for military operations, ensuring effective communication and operational efficiency in various defense applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    TIH 28/30/32
    Dept Of Defense
    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.
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking information from qualified sources for the procurement of Micro-Unmanned Underwater Vehicles (UUV) and Multi-Vehicle Pods for the United States Naval Academy. The UUVs will be utilized to autonomously collect high-resolution biogeochemical, hydrographic survey, and passive acoustic data, supporting academic missions, faculty research, and Midshipmen projects in coastal oceanography and underwater acoustics. The contractor must provide lightweight, single-person deployable UUVs with capabilities for remote control, autonomous missions, and compatibility with various data formats, with delivery expected within 60 days of contract award. Interested parties should submit their capability statements to Claudette Jones at claudette.j.jones.civ@us.navy.mil by 12:00 PM EST on December 17, 2025, referencing Sources Sought number 1301303963.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    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.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.