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.