TR-302D and 355 Transducers
ID: N6660425R0468Type: 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)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the manufacture, testing, packaging, and delivery of TR-302D and TR-355 transducers. The procurement aims to secure First Article and production units that meet specific performance requirements, with a focus on documentation and compliance with established engineering standards. These transducers are critical components for advanced underwater acoustic systems, enhancing fleet operational capabilities. Interested contractors must contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil for further details, and must ensure they are registered with the Joint Certification Program (JCP) to access the necessary specifications. The solicitation includes amendments that clarify delivery timelines and testing protocols, with proposals due by the specified deadlines.

    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for various types of transducers and related components in the context of government procurement. It specifies the quantities required for First Article Transducers, Production Transducers, Acoustic Assembly Windows, and Transformer Assemblies, among others, across five years. The itemized list includes specific part numbers (P/N) for each component, detailing the anticipated order volume based on defined ranges (e.g., 4-10, 11-20) for each year. The focus is on ensuring the availability of essential acoustic and electrical components critical for government projects, reflecting the Structured approach to meeting procurement needs efficiently. This comprehensive listing illustrates the government’s methodical strategy in sourcing necessary technologies while promoting market engagement through detailed production requirements.
    The document outlines the milestone progress payment plan for the TR-302D and TR-355 First Article Projectors, as specified in solicitation N66604-25-R-0468. It details a structured approach to project milestones, divided into two main categories: the First Article and Production phases. For the First Article section, milestones include the Preliminary and Final Configuration Reviews, receipt of materials, and delivery of projectors, collectively accounting for 80% of the payment. Each step requires verification by the Technical Point of Contact (TPOC) to ensure compliance with the Statement of Work (SOW). The Production milestones focus on the release of drawings, ordering materials, and receiving 90% of ordered items, amounting to 50% of the payment. All steps involve detailed reporting and acceptance by a Defense Contract Management Agency (DCMA) representative, emphasizing stringent oversight throughout the process. This document illustrates the government's systematic methodology for ensuring contractor accountability and quality assurance while facilitating financial disbursements tied to project completion benchmarks.
    The document outlines the security classification requirements for a contract involving the manufacture, testing, and delivery of TR-232C transducers as issued by the Naval Undersea Warfare Center (NUWCDIVNPT). The specifications set forth that access to classified information will be at the Confidential level, with defined safeguarding standards. It establishes that the document is intended for bidding purposes only and requires a certified DD Form 254 upon contract award. The procurement is anticipated to conclude by February 28, 2030, and the contractor's responsibilities include handling various classified materials, adhering to security regulations, and maintaining communications with the cognizant security office. Detailed guidelines regarding the protection, storage, and destruction of classified data are provided, emphasizing compliance with federal regulations. The section on public release stresses that no information can be disseminated without prior government approval. The document serves as a comprehensive framework for ensuring the security of classified information throughout the contract's lifecycle, thereby facilitating effective project execution within U.S. defense standards.
    The DD Form 1423, specifically the Contract Data Requirements List (CDRL) Addendum, outlines the submission requirements for various drawing packages related to a government's contract. The document sets forth a timeline and format for delivering key drawings at different stages of project development, including a top-level drawing 15 days prior to the Preliminary Change Request (PCR), a draft of the complete drawing package 20 days before the Final Change Request (FCR), and a final complete drawing package 10 days prior to the Final Approval – Preliminary Change Approval (FA-PCA). Each submission must include specific file formats (.pdf, native formats, and .xlsx for lists) and is subject to government review within designated timeframes (5 to 20 days, depending on the submission stage). The addendum underscores the importance of timely submissions and compliance with prescribed formats to facilitate the government's review process and ensure project advancement while resolving discrepancies efficiently. Its structure includes submission dates, review timelines, and required documentation formats, critical for contractors engaging in federal work, thus aligning with broader federal grant and RFP guidelines.
    The document outlines the Contract Data Requirements List (CDRL) Addendum, specifically focusing on submission timelines and formats for drawing packages related to a federal project. It delineates several critical events, such as Preliminary Concept Review (PCR), Final Concept Review (FCR), and Final Approval/Preliminary Concept Approval (FA-PCA). Key milestones include submission of the top-level drawing 15 days prior to the PCR, with the government committed to a review within five days. Subsequent submissions, including a draft copy of the complete drawing package 20 days before the FCR and the final drawing package 10 days before the FA-PCA, each carry specific format specifications (native files, PDFs, and Excel lists) and accompanying review periods, ensuring a structured and timely feedback process. The document emphasizes the importance of addressing discrepancies before the final approvals, demonstrating the critical nature of regulatory compliance and quality assurance in government contracting processes. Overall, the CDRL Addendum serves as a detailed guide for contractors to ensure all necessary submissions meet government standards and timelines, enhancing project efficiency and effectiveness.
    The document outlines a request for proposal (RFP) for the production of TR-302D and TR-355 transducers by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). It establishes the framework for contractors to submit offers for First Article and production units, with specific requirements on documentation, test procedures, and performance specifications. Critical details include the minimum delivery quantity, pricing structures, and the procedures for the submission and evaluation of proposals. The main tasks involve documentation, manufacturing, testing, and delivery of transducer units, guided by performance specs established in the applicable documents. Key stakeholders include multiple program offices and funding sources are specified, such as Navy operations and foreign military sales. Security and reporting requirements are emphasized, along with quality surveillance and certification processes to ensure compliance with government standards. The RFP reflects the government's commitment to developing advanced underwater acoustic systems, supporting fleet operational capabilities through precise engineering requirements and robust oversight of contractor performance.
    The document pertains to an amendment to a federal solicitation for the procurement of various transducer units and related components. It outlines procedural requirements for acknowledging receipt of the amendment and provides updates to the solicitation terms including delivery schedules and changes to specific sections of the contract. Significant changes made by Amendment 0001 include corrections to the F.O.B. Point Type for specific Contract Line Item Numbers (CLINs) and updates to the clause regarding the time of delivery for various items. The delivery requirements specify timelines ranging from six to twelve months post-issuance, detailing quantities and rates for production and first article units. The amendment also emphasizes the importance of timely acknowledgment of the amendment to avoid the potential rejection of offers submitted. The opportunity for contractors to propose alternate delivery schedules is indicated, with evaluation criteria set forth to ensure equitable treatment of bids. Overall, this amendment serves to clarify contractual obligations and delivery expectations for the participating contractors while maintaining all other original contract terms in effect.
    The document is an amendment to a federal solicitation (RFP N6660425R0468) regarding the production of TR-302D and TR-355 transducers by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The amendment updates specific clauses related to First Article Approval Testing, extending the timeframe for submissions. Contractors are required to deliver fully assembled and tested first units of transducers along with the associated documentation that verifies compliance with performance specifications. Key points include the necessity for contractors to acknowledge amendments, adhere to a specific production timeline, and follow protocols for testing, inspection, and reporting of failures or discrepancies. The document underlines the importance of maintaining quality standards throughout the project, supported by established guidelines for engineering changes and test procedures. Funding will come from various Navy procurement sources emphasizing the defense context of the contract. Overall, the amendment serves to clarify requirements and maintain strict accountability for contractors involved in the production of critical military equipment, ensuring compliance with government specifications and operational standards.
    The Statement of Work (SOW) outlines the requirements for a contract to produce TR-302D and TR-355 transducers by the Naval Undersea Warfare Center Division Newport. The contractor will be responsible for the documentation, manufacturing, testing, packaging, and delivery of First Article and Production transducers to support the Navy's fleet and new shipbuilding efforts. The work will be conducted at the contractor’s facility, with several sponsors involved, including various Program Management Offices and Foreign Military Sales. The contract will utilize multiple funding sources, such as Operation & Maintenance, Navy, and Foreign Military Sales. Key tasks include conducting kickoff meetings, progress reports, development of technical repair standards, performing first article tests, and fulfilling production phase requirements that focus on meeting specified performance standards. Additionally, the document includes quality surveillance measures to assess contractor performance. Security and operational protocols are emphasized, directing adherence to national security standards, protection of controlled unclassified information, and comprehensive operational security measures. Overall, the SOW specifies detailed technical, quality, and compliance requirements, providing a structured framework for the successful production of these essential naval transducers.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    TRANSDUCER ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    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.
    N0016422DGP73 P00006 - Sole Source - TR-333 Hydrophone Audio Transformers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, intends to modify Contract N0016422DGP73 to increase the ceiling amount for the procurement of TR-333 Hydrophone Audio Transformers, which includes Foreign Military Sales (FMS). This sole source procurement is specifically designated for OECO, the only responsible source capable of meeting the agency's stringent requirements, which include extensive qualification processes such as inspection, certification, and operational testing. The TR-333 Hydrophone Audio Transformers are critical components for underwater sound equipment, essential for various defense applications. Interested parties may submit capability statements for consideration, and inquiries should be directed to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with all submissions requiring registration in the Government System for Award Management (SAM).
    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.
    58--TOWED ARRAY SUBASEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Towed Array Subasem, categorized under NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves stringent quality requirements, including First Article Testing and production lot testing, to ensure compliance with military specifications and standards, particularly for underwater sound equipment. The successful contractor will be responsible for adhering to multiple drawing and military specification requirements, with a focus on quality assurance and configuration control, as the equipment is critical for naval operations. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.
    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.