Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOLICITATION NOTICE

58 -- DT-513 Series Hydrophones

Notice Date
12/4/2025 11:54:38 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-26-R-0029
 
Response Due
2/13/2026 11:00:00 AM
 
Archive Date
02/28/2026
 
Point of Contact
Julianna Ricci, Phone: 4018325617, Keri Gunn, Phone: 4018326779
 
E-Mail Address
julianna.b.ricci.civ@us.navy.mil, Keri.l.gunn.civ@us.navy.mil
(julianna.b.ricci.civ@us.navy.mil, Keri.l.gunn.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a synopsis for non-commercial items prepared in accordance with FAR 5.204 as supplemented with additional information included in this notice. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a requirement for a production contract for DT-513 hydrophones in support of the Hull Sensor Systems (HSS) Program to replenish and maintain adequate inventory to support fleet needs. Place of contract performance will be at the contractor�s or sub-contractor�s facility. The work to be performed under the contract is to design, manufacture, test, package, and deliver up to six (6) first article and up to an estimated 3,731 production DT-513 Series Hydrophones that meet the performance requirements of the respective DT-513 Series Hydrophone Critical Item Performance Specification (CIPS). This requirement is a build-to-performance specification approach. Award of a single, firm-fixed-price (FFP) five-year indefinite delivery/indefinite quantity (ID/IQ) contract is anticipated. This requirement will be solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,350 employees. A draft Statement of Work (SOW) is included with this synopsis. The Applicable Documents will only be provided with the Request for Proposal (RFP) once posted. One of the Applicable Documents is Distro D and Export Controlled which means distribution is authorized only to the DoD and U.S. DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the Distro D and Export Controlled Applicable Document. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. Offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted in order to comply with the annual representations and certifications requirements. Instructions for registration are available at https://sam.gov/. The anticipated release of RFP: N66604-26-R-0029 is expected to be in February 2026, with estimated award in October 2026. The anticipated source selection evaluation criteria will consider technical capability, past performance, and price. The specific evaluation criteria will be outlined in the RFP. The closing date for receipt of proposals will be established in the RFP. Additional details will be released upon issuance of N66604-26-R-0029. Please contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil with any questions regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7ae967c4eddf48e4a0ee9b6066788ad3/view)
 
Place of Performance
Address: RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07657855-F 20251206/251204230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.