Loading...
N66604-26-R-0004
Response Deadline
May 6, 2026, 6:00 PM(EDT)16 days
Eligibility
Contract Type
Presolicitation
This is a pre-solicitation notice for non-commercial items prepared in accordance with FAR 5.101 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 TR-317D and TR-353A Transducers and TR-353A Installation Kits, TR-353A Housings and TR-353A End Seals. Place of contract performance will be at the contractor’s facility. The work to be performed under the contract is to design, document, manufacture, test, package, and deliver up to 40 First Article TR-317D Transducers and up to 40 First Article TR-353A Transducers (if First Article not waived), and up to 25,000 production TR-317D Transducers and up to 5,500 production TR-353A Transducers which meet the performance requirements of the respective TR-317D and TR-353A Transducer Critical Item Performance Specification. The Government also has a requirement for the manufacture, test, package and delivery of up to 5,500 TR-353A Installation Kits, up to 5,000 TR-353A Housings, and up to 5,000 TR-353A End Seals which will be build-to-print items.
Award of a multiple award, firm-fixed-price, five-year indefinite delivery/indefinite quantity contract is anticipated.
This requirement will be solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs. The North American Industry Classification System Code for this acquisition is 334511. The Small Business Size Standard is 1,350 employees.
A draft Statement of Work is included with this synopsis. The Applicable Documents will only be provided with the Request for Proposal (RFP) once posted, upon request. The Applicable Documents are 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-0004 is expected to be in May 2026, with estimated award in December 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. All responsible sources may submit a proposal in response to the RFP, as appropriate, which will be considered by the agency.
Additional details will be released upon issuance of RFP N66604-26-R-0004. Please contact Keri Gunn at keri.l.gunn.civ@us.navy.mil, NUWCDIVNPT, with any questions regarding this pre-solicitation notice.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
NAVSEA WARFARE CENTER
NUWC DIV NEWPORT
NUWC DIV NEWPORT
1176 HOWELL ST
NEWPORT, RI, 02841-1703
NAICS
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC
UNDERWATER SOUND EQUIPMENT
Set-Aside
No Set aside used