Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOLICITATION NOTICE

58 -- DT-511C and DT-592D Hydrophones and Spare Parts

Notice Date
6/13/2025 7:06:15 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
N6660425R0361
 
Response Due
6/27/2025 11:00:00 AM
 
Archive Date
07/12/2025
 
Point of Contact
Kerin Prairie, Phone: 4018323037, Keri Gunn, Phone: 4018326779
 
E-Mail Address
kerin.m.prairie.civ@us.navy.mil, Keri.l.gunn.civ@us.navy.mil
(kerin.m.prairie.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, RI (NUWCDIVNPT) has a requirement to establish a five-year indefinite delivery/indefinite quantity (ID/IQ) production contract for DT-511C and DT-592D Hydrophones and spare parts in order to replenish and maintain adequate inventory to support fleet needs. The work to be performed under this contract is for a manufacturer to design, document, manufacture, test, package and deliver up to three (3) DT-511C and up to three (3) DT-592D First Article Hydrophones, and up to 650 production hydrophones that meet the performance requirements of the respective DT-511C and DT-592D hydrophone Critical Item Performance Specification (CIPS). This requirement also includes the manufacturing, testing, packaging and delivery of up to 100 each of build-to-print DT-511C and DT-592D hydrophone spare parts items in accordance with the respective drawings included in the Reference Baseline drawing packages. This effort will be solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative. The North American Industry Classification System (NAICS) Code for this acquisition is 334511. A draft Statement of Work is included as an attachment to this synopsis posting. The drawings are marked �DISTRIBUTION STATEMENT D - Export Controlled�. 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 export-controlled documents. See the following website for further information: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. In order to access the documents, please contact the Point of Contact (POC) and follow the instructions below: STEP ONE: POC: Kerin Prairie; Email: kerin.m.prairie.civ@us.navy.mil. Please include your vendor CAGE Code and the certified DD2345 when sending the POC an email request to view the documents. Your currently active vendor CAGE Code must be listed on the certified DD2345. NOTE: The name of the individual requesting the documents must be the name listed as the certified JCP data custodian on the certified DD2345. STEP TWO: 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 documents will expire seven (7) days from the day the link and passcode is sent. Offerors must be registered in System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. The anticipated release date of RFP#: N66604-25-R-0361 is expected to be in July 2025. The anticipated source selection evaluation criteria will consider technical capability, past performance, small business participation, and price. The specific evaluation criteria will be outlined in the solicitation. The closing date for receipt of proposals will be established in the RFP. Additional details will be released upon issuance of N66604-25-R-0361. Please contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil with any questions regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42ebe789069b4745807cf7d29d325a1b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07477454-F 20250615/250613230050 (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.