Sources Sought #: N66604-25-R-0361
Naval Undersea Warfare Center Division Newport (NUWCDIVNPT)
Code 153, Sensors and Arrays Division
DT-511C and DT-592D Hydrophone Production
NUWC Division Newport (NUWCDIVNPT) is seeking information for potential small business sources to provide build-to-performance specification approach 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 in support of the Fleet and Sensors & Cables Engineering Branch (Code 1535).
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of producing the items described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The North American Industry Classification Systems (NAICS) for this requirement is 334511 with a size standard of 1,350 employees.
This procurement is a follow-on to contract no. N66604-19-D-E900, which was solicited as unrestricted. The incumbent contractor is Undersea Sensor Systems, Inc. All interested small businesses are encouraged to respond.
The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists. All Small Business Set-Aside categories will be considered.
The anticipated performance period will span five (5) years from the date of award. After review of the submitted Capability Statements, NUWCDIVNPT will release a synopsis regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Business) prior to release of the final RFP. It is anticipated that the RFP will be posted in May 2025, with contract award in December 2025. The resulting contract will use Firm Fixed Price (FFP) provisions.
Place of Performance: 100% at Contractor Facility
It is requested that interested small businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached Statement of Work (SOW) to Kerin Prairie, Contracts Negotiator at kerin.m.prairie.civ@us.navy.mil and Keri Gunn, Procuring Contracting Officer at keri.l.gunn.civ@us.navy.mil, by 14:00 EDT on 04/24/2025. Questions or comments must be submitted by 14:00 EDT 04/21/2025. Late responses may not be considered.
The Capability Statement must address, at a minimum, the following:
Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
- Name of Company and address
- CAGE Code and DUNS Number
- Confirmation of Company size status under NAICS Code 334511
- Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Business
- Two points of contact, including: Name, title, phone, and e-mail address
Section 3. Past/Current Performance. Provide one (1) example of prior/current experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW.
Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include:
- Statement regarding capability to manufacture build-to-performance specifications DT-511C and DT-592D Hydrophones and build-to-print spare parts items in accordance with the CIPS and the respective drawings included in the drawing packages.
- Describe the expected delivery and throughput capability from contract award to production.
- Describe the production and test facilities and equipment to which the potential offeror has access to in order to meet the procurement requirements. If the potential offeror does not own its facilities or equipment, the response shall include a discussion on how it will rent, purchase or otherwise acquire the necessary facilities and equipment.
Section 5. Applicable Compliances.
National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable. In order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old) (see DFARS 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html
(1) The Offeror shall verify that summary level scores of its current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer.
(2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto: webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of DFARS 252.204-7020.
Include a statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in SPRS or confirm willingness and capability to submit a Basic Assessment to SPRS.
Attachment (1) DRAFT SOW
*Attachment (2) CM_ECD_MAN_00266MN_01_A
*Attachment (3) CM-DWG-REQS 00267RD_01_C
*Attachment (4) DT-511C CIPS- 5809474_F
*Attachment (5) DT-511C Drawings Combined
*Attachment (6) DT-592D CIPS- 8192640_J
*Attachment (7) DT-592D Drawings Combined
* 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, and follow the instructions below:
STEP ONE: Point of Contact: Kerin Prairie; Email: kerin.m.prairie.civ@us.navy.mil. Please include your vendor CAGE Code and the email address for the JCP Certified recipient when sending the POC a request to view the documents.
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.
DISLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT AN RFP. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY