Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2026 SAM #8819
SPECIAL NOTICE

58 -- RFI/Synopsis: Enhanced Very Low Frequency (VLF) Transducer

Notice Date
1/16/2026 4:14:39 AM
 
Notice Type
Special Notice
 
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
N6660423DB300-RFI2
 
Response Due
1/28/2026 11:00:00 AM
 
Archive Date
02/12/2026
 
Point of Contact
Kerin Prairie, Phone: 4018323037, Andrew Kenyon, Phone: 4018327290
 
E-Mail Address
kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil
(kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Based on current available information from market research and technical/programmatic/mission requirement assessments, the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a sole source Indefinite Delivery/Indefinite Quantity (ID/IQ) contract modification for enhanced Acoustic Augmentation Support Program (AASP) Very Low Frequency (VLF) Transducer capability. This procurement would be conducted under the authority of DFARS 206.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. The basis for the only one responsible source determination is that only Sparton DeLeon Springs, LLC (Sparton) has the ability to meet the Government�s technical requirements as outlined in the Critical Item Performance Specification (CIPS)(see document request process below) and Fleet operational and schedule requirements. The Government estimates the monetary rough order of magnitude of this change to be 150%. This is based on the fact that Sparton is currently under first article development under contract N6660423DB300 with critical and time-consuming risk mitigating efforts already complete. Contract N6660423DB300 is being modified to have enhanced capability to support Anti-Submarine Warfare (ASW) mission sets. These enhancements are reflected in the CIPS referenced above and below. The Government has determined that any company other than Sparton would take an additional twenty (20) months to get to first production unit delivery, and this delay represents an unacceptable schedule impact to the Government resulting in a mission capability gap that represents a significant risk to Fleet operations. Concurrently with this sole source effort the Government will be soliciting, evaluating, and awarding a fully competitive effort. The purpose of this notice is to invite industry to challenge the Government�s assessment that only Sparton DeLeon Springs, LLC is capable of meeting the Government's requirements for AASP VLF Transducers. Interested parties, including Sparton, are invited to submit capability statements that demonstrate their ability to fulfill the requirement as defined in the CIPS to provide the Government with maximum information in finalizing its determination as to the appropriate means to meet this critical Navy need. The following Distribution �D� and Export Controlled document is available electronically: Attachment 1 - CIPS. In order to view the document, please contact the POC by 1400 EST on Monday January 21, 2026, and follow the instructions below: STEP ONE: Point of Contact: Kerin Prairie, kerin.m.prairie.civ@us.navy.mil. Please include your current and active vendor CAGE Code when sending the POC a request to view the Documents. NOTE: Only entities with an active registration in JCP will be provided access to the specifications. To obtain access to controlled files, please submit your request in sam.gov and email your certified JCP DD Form 2345 Military Critical Technical Data Agreement to Kerin Prairie at kerin.m.prairie.civ@us.navy.mil. Please note that the DD 2345 must include the current and active CAGE Code, as well as the current and active email address for the correct POC. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. STEP TWO: Attachment 1 is marked �DISTRIBUTION STATEMENT D.� Distribution is authorized to the Department of Defense (DoD) and U.S. DoD contractors only. Companies requesting to view the Applicable Documents must be registered according to DoD Joint Certification Program (JCP) in order to access Distribution D documents. See the following website for further information: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. STEP THREE: DoD Secure Access File Exchange (SAFE) LINK: https://safe.apps.mil. Once the POC verifies the vendor is JCP Certified, the POC will use the �Drop Off� feature to upload the documents to the DoD SAFE website. The JCP Certified recipient will receive an email containing a link and a passcode to access the documents on the DoD SAFE website. The link to the document will expire seven (7) days from the day the link and passcode is sent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a2603f9ffda24783af73fa0a5218fd36/view)
 
Place of Performance
Address: Newport, RI, USA
Country: USA
 
Record
SN07689352-F 20260118/260116230039 (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!  © 1994-2026, Loren Data Corp.