DT-513 Series Hydrophones
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) plans to award an unrestricted Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the production of DT-513 Series Hydrophones. This effort supports the Hull Sensor Systems (HSS) Program by replenishing and maintaining adequate inventory for fleet needs. The Request for Proposal (RFP) is anticipated in February 2026.
Scope of Work
The contractor will be responsible for the design, manufacture, testing, packaging, and delivery of up to six (6) first article and an estimated 3,731 production DT-513 Series Hydrophones. This includes both DT-513D and DT-513G models, which must meet the performance requirements of their respective Critical Item Performance Specifications (CIPS). Key aspects of the work include:
- First Article Phase: Preliminary and Final Configuration Reviews, First Article Physical Configuration Audit, development of test procedures, documentation of the First Article Baseline Configuration, and First Article Test and Inspection.
- Production Phase: Establishing the Production Product Baseline, manufacturing, testing, and delivering production hardware, along with production test and inspection, and production program reviews.
- Configuration Management: Developing and submitting Engineering Change Notices (ECNs) and Engineering Change Proposals (ECPs).
- Reporting: Regular progress reports, failure reports, and meeting minutes.
- Security: Adherence to security regulations, including NISPOM, CUI handling, and OPSEC program development and implementation.
Contract & Timeline
- Contract Type: Single, Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Duration: Five-year period
- Set-Aside: Unrestricted
- NAICS Code: 334511 (Small Business Size Standard: 1,350 employees)
- Anticipated RFP Release: February 2026 (RFP: N66604-26-R-0029)
- Anticipated Award: October 2026
- Proposal Due: To be established in the RFP.
Evaluation
The anticipated source selection evaluation criteria will consider technical capability, past performance, and price. Specific evaluation criteria will be outlined in the forthcoming RFP.
Additional Notes
Offerors are required to be registered in SAM.gov. Access to Distro D and Export Controlled Applicable Documents (to be provided with the RFP) will require a valid Joint Certification Program (JCP) certification. The place of contract performance will be at the contractor's or sub-contractor's facility. For questions, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil.