Common Acoustic Cabinet with Technology Insertion (TI)-28, and TI-next

SOL #: N00024-26-R-6108Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSEA HQ
WASHINGTON NAVY YARD, DC, 20376-5000, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Feb 25, 2026
3
Response Deadline
Mar 23, 2026, 9:00 PM

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 Sea Systems Command (NAVSEA) is conducting market research to identify qualified sources for the development and manufacturing of Technology Insertion (TI)-28 and TI-next Common Acoustic Cabinet (CAC) hardware systems. This effort supports Acoustic - Rapid COTS Insertion (A-RCI) upgrades for LOS ANGELES class submarines. Responses are due by March 23, 2026, at 5:00 PM EST.

Scope of Work

The requirement involves developing and manufacturing CAC hardware systems, technical insertion kits, and associated spares. CAC systems will implement Commercial Off-the-Shelf (COTS) products and non-developmental items (NDI), featuring upgraded signal processing and reconfigurability for multiple acoustic and array sensors. The scope also includes technology enhancements like server/hard drive updates and infrastructure baselines (switches, cabling). TI-28 will share infrastructure with TI-26, and TI-32 with TI-30.

Contract & Timeline

The proposed procurement is a 9-year contract, spanning Fiscal Year (FY) 2028 to FY 2036, utilizing Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Cost type arrangements. It includes approximately 180,000 man-hours for engineering design development and technical support. The anticipated period of performance for CAC procurement of TI-28 and TI-next is from September 30, 2027, to September 30, 2036. Production quantities include an Engineering Development Model (EDM) in FY28, followed by shipsets: two (FY29), two (FY30), two (FY31), three (FY32), one (FY33), two (FY34), and two (FY35).

Requirements for Respondents

Respondents must demonstrate technical expertise and the ability to fulfill mandatory requirements outlined in Attachments 1 and 2. This includes providing detailed narratives on knowledge, skills, and abilities. Firms must possess facilities and equipment for system development, testing, integration, and production, including a SECRET Level facility security clearance issued by the Defense Security Service. Respondents must also be able to field the Key Personnel specified in Attachment 3, which details roles, required experience, and security clearance. An innovative approach to improve technical, staffing, and cost performance is encouraged, along with documentation of past experience in design, integration, testing, production, and support of similar baselines and hardware deliveries.

Submission Details

Responses, limited to thirty (30) pages, must be unclassified and submitted via email to Candace Magelitz (candace.h.magelitz.civ@us.navy.mil) and Ashley Houghton (ashley.e.houghton.civ@us.navy.mil) by March 23, 2026, 5:00 PM EST. The email subject line must reference the solicitation number and "Technology Insertion (TI)-28 and TI-next Common Acoustic Cabinet." The cover page should include company name, address, POC, phone, email, business size (NAICS 334511, 1,350 employees), and percentage of self-performed work.

Access to Classified Documents

The Statement of Work (Attachment 1) and the Common Acoustic Cabinet Performance Specification require a minimum SECRET clearance. To obtain these, prospective respondents must submit a written request to Helen J. Douglas (helen.j.douglas.civ@us.navy.mil) and Ashley Houghton (ashley.e.houghton.civ@us.navy.mil), including company name, CAGE code, address, and security point of contact. The SOW will be emailed, while the SONAR Specification is view-only at Naval Undersea Warfare Center, Newport, RI.

Additional Notes

This is a Sources Sought notice for market research purposes only; it is not a request for proposals. The Government will not pay for information submitted and does not guarantee a future solicitation. Current registration in SAM.gov (DFARS 252.204-7004 Alternate A) will be required for any future award.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 4
Sources Sought
Posted: Feb 25, 2026
View
Version 3
Sources Sought
Posted: Feb 24, 2026
View
Version 2Viewing
Sources Sought
Posted: Feb 6, 2026
Version 1
Sources Sought
Posted: Feb 5, 2026
View
Common Acoustic Cabinet with Technology Insertion (TI)-28, and TI-next | GovScope