DT-574 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) is seeking DT-574 First Article and Production Hydrophones through a build-to-performance specification approach. This will result in a single, firm-fixed-price (FFP) five-year indefinite delivery/indefinite quantity (ID/IQ) contract. This procurement is unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs and Small Business Administration. The anticipated Request for Proposal (RFP) release is April 2026.
Scope of Work
The Statement of Work (SOW) outlines requirements for the design, documentation, manufacturing, testing, packaging, and delivery of DT-574 hydrophones to support emergent fleet needs and new construction shipyards. Key phases include:
- General Tasks: Contract kick-off, monthly progress reports, failure tracking.
- First Article Phase: Design, fabrication, inspection, testing, and delivery of First Article hydrophones, including Preliminary/Final Configuration Reviews (PCR/FCR), Physical Configuration Audits (PCA), and First Article testing.
- Production Phase: Manufacturing, testing, packaging, and delivery of production hydrophones, including acceptance testing, detailed test reports, and annual Production Program Reviews (PPRs).
- Configuration Management: Contractor is responsible for managing configuration baselines and submitting Engineering Change Notices (ECNs).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Duration: Five-year
- Set-Aside: Unrestricted
- NAICS Code: 334511 (Small Business Size Standard: 1,350 employees)
- Anticipated RFP Release: April 2026
- Response Date: To be established in the RFP (currently listed as April 30, 2026, for this presolicitation)
- Place of Performance: Contractor's or sub-contractor's facility.
Evaluation
The anticipated source selection evaluation criteria will consider technical capability, past performance, and price. Specific criteria will be detailed in the RFP.
Special Requirements & Document Access
The Critical Item Performance Specification (CIPS) documents are marked “DISTRIBUTION STATEMENT D - Export Controlled”. Access is restricted to Department of Defense (DoD) and U.S. DoD Contractors only. Companies must be registered under the DoD Joint Certification Program (JCP) to view these documents. To request access, contact Bradley Wicks (Bradley.r.wicks2.civ@us.navy.mil), providing your vendor CAGE Code and certified DD2345. The individual requesting must be the certified JCP data custodian. Documents will be shared via DoD Secure Access File Exchange (SAFE) link, valid for seven days.
Offerors must be registered in the System for Award Management (SAM) to be eligible for award.