Skip to content
Department of Defense

UPGRADE SENSOR ASSEMBLIES

Solicitation: N6660426Q0066
Notice ID: c9de4087e597432bbbe765ac15eae507
TypeSpecial NoticeNAICS 541330PSCR425Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateRIPostedJan 05, 2026, 12:00 AM UTCDueJan 09, 2026, 04:00 PM UTCExpired

Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Jan 09, 2026. Industry: NAICS 541330 • PSC R425.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6660426Q0066. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$11,600,288,083
Sector total $5,897,831,023,048 • Share 0.2%
Live
Median
$49,000,000
P10–P90
$318,927$81,800,000
Volatility
Volatile166%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+74%($3,140,335,069)
Deal sizing
$49,000,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for RI
Live POP
Place of performance
Newport, Rhode Island • 02841 United States
State: RI
Contracting office
Newport, RI • 02841-1703 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
RI20260001 (Rev 2)
Match signal: state matchOpen WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Newport +2
Rate
MATERIAL HANDLER (Includes preparation, wetting, stripping, removal scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $49.91Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
+81 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 81 more rate previews.
Davis-BaconBest fitstate match
RI20260001 (Rev 2)
Open WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Newport +2
Rate
MATERIAL HANDLER (Includes preparation, wetting, stripping, removal scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $49.91Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
Rate
Bricklayer, Stonemason, Pointer, Caulker & Cleaner
Base $46.86Fringe $29.14
+80 more occupation rates in this WD
Davis-Baconstate match
RI20260002 (Rev 1)
Open WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Providence +1
Rate
ELECTRICIAN
Base $42.09Fringe $5.41
Rate
ELEVATOR MECHANIC
Base $64.52Fringe $38.43
Rate
Power Equipment Operator Grader and Roller
Base $39.90Fringe $28.25
+14 more occupation rates in this WD
Davis-Baconstate match
RI20260003 (Rev 1)
Open WD
Published Jan 30, 2026Rhode Island • Newport
Rate
ROOFER
Base $47.49Fringe $31.44
Rate
BRICKLAYER
Base $21.70Fringe $10.85
Rate
CARPENTER Including Drywall Hanging Metal Stud Framing, Form Setting, Batt Insulation, Downspouts & Gutter Installation
Base $12.95Fringe $5.51
+7 more occupation rates in this WD
Davis-Baconstate match
RI20260005 (Rev 1)
Open WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Newport +2
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Jennifer Vatousiou
Email
jennifer.m.vatousiou.civ@us.navy.mil
Phone
4018325265

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NUWC DIV NEWPORT
Contracting Office Address
Newport, RI
02841-1703 USA

More in NAICS 541330

Description

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

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Jan 06, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

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.

sensor technologyengineering servicesFAR complianceproprietary electronicsnavy contracts
What the buyer is trying to do

Complete the upgrade of existing DT-705A sensor assemblies while maintaining compliance with specified performance requirements and regulations.

Who should pursue this
  • Firms with engineering services capabilities in sensor technology
  • Companies familiar with FAR/DFARS regulations
  • Organizations with prior experience in government contracts
Work breakdown
  • Review existing DT-705A specifications
  • Develop engineering plans for upgrades
  • Conduct upgrades on 10 DT-705A sensor assemblies
  • Ensure compliance with CIPS and related patents
  • Calibrate and certify upgraded assemblies
Response package checklist
  • Capability statement highlighting relevant experience
  • Pricing proposal for engineering services
  • Evidence of active SAM registration
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Compliance with FAR and DFARS clauses is mandatory
  • Proprietary components must meet CIPS requirements
  • Registration with SAM is required prior to award
Pricing strategy
  • Firm Fixed Price structure is recommended
  • Consider labor, materials, and overhead costs for pricing
Teaming and subs
  • Partner with firms that specialize in sensor technology
  • Collaborate with companies that have prior contracts with the Navy
Risks and watchouts
  • Potential challenges with proprietary technology restrictions
  • Risk of not meeting compliance with CIPS performance requirements
  • Sole source nature could limit competitive bidding for future projects
Smart questions to ask
  • What specific performance metrics must the upgraded sensors meet?
  • Are there opportunities for future competitive contracts for similar services?
  • What is the expected timeline for the engineering upgrade processes?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details on performance metrics for DT-705A upgrade
  • Clarification on potential future competitive opportunities
  • Specifics on the capabilities of Falmouth Scientific Inc.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.