UPGRADE SENSOR ASSEMBLIES
ID: N6660426Q0066Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure engineering services to upgrade ten existing DT-705A sensor assemblies to the Low Noise product baseline. This procurement is critical as the DT-705A sensor assembly is uniquely suited to meet the form, fit, and function requirements of the existing platform infrastructure, and Falmouth Scientific Inc. is the sole source authorized to perform this upgrade due to proprietary rights over the necessary components. The contract is set for a firm fixed price with a performance period from January 16, 2026, to January 15, 2028, and interested parties may submit capability statements or proposals for consideration. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    UPGRADE SENSOR ASSEMBLIES
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    DT-513 Series Hydrophones
    Dept Of Defense
    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.
    DT-511C and DT-592D Hydrophones and Spare Parts
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves establishing a five-year indefinite delivery/indefinite quantity (ID/IQ) contract on a Firm Fixed Price (FFP) basis, requiring the contractor to design, manufacture, test, and deliver up to three First Article Hydrophones and up to 650 production hydrophones, along with up to 100 spare parts for each model. These hydrophones are critical for the Navy's fleet operations, supporting both surface ships and submarines. Interested parties should submit their capabilities and responses by providing company information and a technical white paper, with inquiries directed to Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
    Tecnadyne Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the procurement of Tecnadyne Thrusters, specifically one right-hand and one left-hand thruster. This opportunity is a total small business set-aside and requires brand-name items only, with delivery expected within 28 weeks from the award date to Naval Station Newport, Rhode Island. The procurement is critical to avoid duplicative costs and mission delays, and the award will be based on the Lowest Price Technically Acceptable (LPTA) approach. Interested offerors must submit their quotes by January 12, 2026, at 12:00 PM EST via email to Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil, ensuring they provide proof of U.S. shipment, verification of new products from OEM authorized channels, and a valid CAGE Code.
    58--PROJECTOR,SONAR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure two sonar projectors under a presolicitation notice. The procurement involves the repair and modification of a specific part identified by NSN 7H-5845-015035473, with the government indicating that it does not own the necessary data or rights to purchase or contract repair from other sources, making it uneconomical to reverse engineer the part. This equipment is critical for underwater sound applications, and the government intends to negotiate with only one source under FAR 6.302-1, although all responsible sources may express their interest and capability within 45 days of the notice. Interested parties should contact Stephen A. Knox at (717) 605-6805 or via email at STEPHEN.A.KNOX.CIV@US.NAVY.MIL for further details.
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    NIIN: 01-366-7955/NOMEN: Data Converter
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Data Converter (P/N: 70600-81859-101, NSN: 7R 6605 013667955) on a sole source basis from Sikorsky. The procurement involves the repair of two units, and due to the proprietary nature of the data, no alternative sources can fulfill the requirement, necessitating a Source Approval Request for any new manufacturers. This repair is critical for maintaining operational capabilities within the Navy's navigational systems, and the contract is expected to be awarded under the existing Basic Ordering Agreement (BOA) N00383-22-G-Y601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will utilize electronic solicitation procedures.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    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.