RFI/Synopsis: Enhanced Very Low Frequency (VLF) Transducer
Type: Special Notice
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, 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.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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).
    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.
    MODULATOR,SONAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Modulator for sonar applications. This contract requires compliance with specific quality assurance standards, including ISO 9001, and entails higher-level inspection and acceptance processes to ensure the reliability and performance of the underwater sound equipment. The Modulator is critical for enhancing sonar capabilities, which are vital for various defense operations. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are advised to review the solicitation for detailed requirements and submission guidelines.
    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.
    Valkyrie Enterprises, LLC (Cage 4TGX1) LTC Renewal
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole source contract for the LTC renewal of multiple National Item Identification Numbers (NIINs) from Valkyrie Enterprises, LLC (Cage 4TGX1). This procurement is critical as Valkyrie Enterprises is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for the specified repair parts, which are essential for maintaining operational readiness. The solicitation emphasizes that all responsible sources may submit a capability statement or proposal, although the government intends to award the contract to the approved source without delay for new approvals. Interested parties must submit their qualifications via email to Patrick Horan at patrick.j.horan23.civ@us.navy.mil within 45 days of the publication date of this notice.
    66--VLF AND DC HIPOT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of VLF and DC HIPOT equipment. This procurement aims to acquire commercial products that meet specific design, material, and dimensional requirements as outlined in the solicitation documents. The VLF and DC HIPOT equipment is critical for electrical and electronic properties measuring and testing, ensuring the reliability and safety of naval systems. Interested vendors should direct inquiries to Melissa Furness at 771-229-0075 or via email at MELISSA.FURNESS@NAVY.MIL, with proposals expected to adhere to the outlined delivery timelines and compliance standards.
    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.
    Listen Technologies Transceivers and Accessories
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has issued a special notice regarding the procurement of Listen Technologies transceivers and accessories, with the solicitation now canceled due to an anticipated GSA buy. This procurement was set aside for small businesses under the SBA guidelines, indicating a focus on fostering small business participation in government contracting. The goods sought are critical for intercommunication and public address systems, which play a vital role in enhancing communication capabilities within naval operations. For further inquiries, interested parties can contact Roland Parrilla at roland.j.parrilla.civ@us.navy.mil or by phone at 860-433-2253, or reach out to Stephanie Neale at stephanie.l.neale.civ@us.navy.mil or 860-433-3709.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for the Receiver-Transmitter, part number 264A020-1, under a sole source contract with Lockheed Martin. The procurement involves the repair of two units, identified by NSN 7R 5841 015602895, and is classified under NAICS code 334511, focusing on navigation and communication equipment manufacturing. This repair is critical for maintaining operational capabilities, and the government anticipates issuing the award under an existing Basic Ordering Agreement (BOA). 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 not involve competitive proposals.