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
Apr 6, 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, technical insertion kits, and associated spares. This effort supports Acoustic - Rapid COTS Insertion (A-RCI) upgrades for LOS ANGELES class submarines. Responses are due by March 23, 2026.

Scope of Work

NAVSEA seeks capabilities for CAC systems that 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 includes:

  • Development and manufacturing of TI-28 and TI-next CAC hardware systems.
  • Production of technical insertion kits and associated spares.
  • Integration of partial technology enhancements (e.g., server/hard drive updates) and infrastructure baselines (e.g., switches, cabling).
  • TI-28 will share infrastructure with TI-26, and TI-32 with TI-30.

Proposed Contract & Timeline

  • Type: Sources Sought (Market Research)
  • Anticipated Contract: 9-year Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Cost type contract, spanning FY2028-FY2036.
  • Engineering Support: Approximately 180,000 man-hours of engineering design development and technical support.
  • Production Quantities: Engineering Development Model (EDM) in FY28, followed by shipset quantities: two (2) in FY29, two (2) in FY30, two (2) in FY31, three (3) in FY32, one (1) in FY33, two (2) in FY34, and two (2) in FY35.
  • Period of Performance (CAC Procurement): Anticipated September 30, 2027, to September 30, 2036.
  • Set-Aside: None specified.
  • Response Due: March 23, 2026, 5:00 PM EST.
  • Published: February 24, 2026.

Requirements for Respondents

Respondents must demonstrate:

  • Technical Expertise: Ability to fulfill mandatory requirements in Attachments 1 and 2, providing detailed narratives and supporting data.
  • Facilities & Equipment: Adequate design, development, testing, and manufacturing capability and capacity for all requirements, including system/engineering support and manufacturing facilities. This includes facilities for material inspection/storage, production, fabrication, assembly, critical processes, and testing. Respondents must state if facilities are leased or owned.
  • Security Clearance: A facility security clearance issued by the Defense Security Service at the SECRET Level.
  • Key Personnel: Ability to field Key Personnel as described in Attachment 3, which details required experience and security clearance for roles like Program Manager, Chief Engineer, and Logistics Manager. The staffing plan template (Attachment 3) allocates 180,000 hours across FY28-FY36.
  • Past Experience: Documentation or examples of ability to design, integrate, test, produce, and support all baselines and hardware deliveries.
  • Innovation: Strongly encouraged to propose innovative approaches to improve technical and cost performance without sacrificing quality or timely delivery.

Submission & Access to Documents

  • Submission: Responses, limited to 30 pages, must be unclassified and emailed to Candace Magelitz (candace.h.magelitz.civ@us.navy.mil) and Ashley Houghton (ashley.e.houghton.civ@us.navy.mil). The subject line must reference the solicitation number and "Technology Insertion (TI)-28 and TI-next Common Acoustic Cabinet."
  • Cover Page: Include company name, address, point of contact, phone, email, business size (small/large) relative to NAICS Code 334511 (1,350 employees), and percentage of self-performed work.
  • Access to SOW (Attachment 1) & CAC Specification: These controlled documents require a validated SECRET clearance. Requests must be submitted to Helen J. Douglas (helen.j.douglas.civ@us.navy.mil) and Ashley Houghton, 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, and the Government will not pay for information submitted. Future solicitations will be announced separately on SAM.gov. Respondents must be registered in SAM.gov (DFARS 252.204-7004 Alternate A applies).

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

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