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 Common Acoustic Cabinet (CAC) hardware systems for Technology Insertion (TI)-28 and TI-next upgrades on LOS ANGELES class submarines. This effort includes hardware, technical insertion kits, and associated spares. Responses are due by April 6, 2026, 5:00 PM EST.

Scope of Work

This market research seeks capabilities for the Acoustic - Rapid COTS Insertion (A-RCI) program. The CAC systems will implement Commercial Off-the-Shelf (COTS) products and non-developmental items, 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.
  • Provision of technical insertion kits and associated spares.
  • Partial technology enhancements (server/hard drive updates, infrastructure baselines).
  • Engineering design development and technical support (approx. 180,000 man-hours).
  • Production of one Engineering Development Model (EDM) in FY28, followed by 14 shipsets from FY29-FY35.

Contract & Timeline

  • Opportunity Type: Sources Sought / Market Research
  • Proposed Contract Type: 9-year Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Cost type contract.
  • Proposed Period of Performance: Fiscal Year (FY) 2028 through FY 2036 (anticipated September 30, 2027, to September 30, 2036).
  • Set-Aside: None specified (market research stage).
  • Response Due: April 6, 2026, 5:00 PM EST.
  • Published: February 25, 2026.

Key Requirements for Respondents

Respondents must demonstrate:

  • Technical Expertise: Ability to develop and manufacture CAC systems, including design, integration, testing, and production.
  • Facilities: Necessary facilities for system development, testing, integration, production, and performance of the Statement of Work (SOW). Facilities must have a SECRET Level security clearance issued by the Defense Security Service.
  • Key Personnel: Ability to field Key Personnel as described in Attachment 3.
  • Past Experience: Documentation or examples of ability to design, integrate, test, produce, and support baselines and hardware deliveries.
  • Innovation: Strongly encouraged to provide innovative approaches to improve technical, staffing, and cost performance.

Submission Instructions

Responses are limited to 30 pages and must be unclassified. Email submissions 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." The cover page must include: Company name, address, Point of Contact, phone, email, business size (NAICS Code 334511, Size Standard: 1,350 employees), and percentage of self-performed work.

Access to Controlled Documents

The SOW and Common Acoustic Cabinet Performance Specification require a minimum SECRET clearance. Requests for validation must be sent to Helen J. Douglas (helen.j.douglas.civ@us.navy.mil) and Ashley Houghton (ashley.e.houghton.civ@us.navy.mil) with company details. The SONAR Specification is available for view only at Naval Undersea Warfare Center, Newport, RI.

Important Notes

This is a market research notice only. The Government will not pay for information submitted and is not soliciting proposals. A future solicitation will be announced separately on SAM.gov.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 4Viewing
Sources Sought
Posted: Feb 25, 2026
Version 3
Sources Sought
Posted: Feb 24, 2026
View
Version 2
Sources Sought
Posted: Feb 6, 2026
View
Version 1
Sources Sought
Posted: Feb 5, 2026
View