This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 –Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).
Request for Quote (RFQ) number is N6660426Q0066.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to Falmouth Scientific Inc. on a Sole Source basis in accordance with FAR 13-106-1(b) for Engineering services to upgrade QTY 10 existing serviceable DT-705A sensor assemblies to the Low Noise product baseline per ECP 4117NE036. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.
Required delivery is a period of performance 16 January 2026 to 15 January 2028 which includes a base and option year.
This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 541330. The Small Business Size Standard is $25.5 Million.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).
The following clauses and provisions apply to this solicitation:
- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services
- FAR 52.212-2, Evaluation – Commercial Items;
-
- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1
- FAR 52.212-4, Contract Terms and Conditions--Commercial Items;
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items;
The following DFARS clauses apply to this solicitation:
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.
Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.
Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).
This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
The DT-705A is the only sensor that fits the form, fit, and function requirements of the existing platform infrastructure. FSI is the only vendor that has the rights to the proprietary components of the DT-705A sensor assembly and is therefore the sole source for the DT-705A upgrade task.
The DT-705A sensor assembly was manufactured and qualified in accordance with the Critical Item Product Specification (CIPS) for the DT-705A Sensor Assembly, Drawing No. 53711 -7333534L. The task under the resulting contract requires a vendor to upgrade the DT-705A which meets CIPS performance requirements. To upgrade the DT-705A, a vendor must have rights to the proprietary sensors and electronics of the DT-705A sensor assembly which are protected by patents US #5,455,513 and US #5,959,455. Development and issuance of the patents arose from N66604-02-D-0155. FSI is currently the only qualified source for conducting tasks related to the DT-705A sensor assembly components and the calibration and certification thereof due to the proprietary nature of the unique sensors and electronics.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Department of the Navy is soliciting proposals for upgrading DT-705A sensor assemblies through a sole source to Falmouth Scientific Inc. The requirement involves engineering services under a Firm Fixed Price contract. This opportunity is expected to occur over a two-year timeframe with a potential for future competitive requirements.
Complete the upgrade of existing DT-705A sensor assemblies while maintaining compliance with specified performance requirements and regulations.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.