Technical Insertion 16 (TI16) Multiple Award Contract (MAC) Indefinite-Delivery-Indefinite-Quantity (IDIQ) Follow-on
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Surface Warfare Center (NSWC), Port Hueneme Division (PHD) has issued a Request for Information (RFI) for Technical Insertion 16 (TI16) Sustainment. This market research aims to identify qualified sources for a potential future Multiple Award Contract (MAC) Indefinite-Delivery-Indefinite-Quantity (IDIQ), anticipated to be a Cost-Plus-Fixed-Fee type with an estimated award date of August 2027. Responses will help determine Small Business set-aside opportunities. Responses are due by February 11, 2026, at 2:00 PM Pacific Standard Time.
Purpose & Background
This RFI, as defined in FAR 15.201(e), seeks to identify capable and responsible sources for the lifecycle sustainment of TI16 equipment. The TI program, originating in 2004, focuses on integrating commercial-off-the-shelf (COTS) and open architecture designs into Navy Combat Systems. This RFI will inform the government on industry capabilities and potential Small Business set-aside determinations under NAICS Code 334118.
Scope of Work
The future contract will cover comprehensive lifecycle sustainment for TI16 equipment across various Navy platforms (e.g., Aegis, DDGs, CVNs, SSDS). Key efforts include:
- Limited Manufacturing & Assembly: Production of TI16 equipment spares and Ordnance Alteration (ORDALT) Kits.
- Engineering Services: Technical support, configuration management, development of technical documents (TDP, SVD, SUM, SRS), reliability engineering, failure analysis, and redesign recommendations.
- Obsolescence Management: Monitoring and resolving Diminishing Manufacturing Sources and Material Shortages (DMSMS).
- Material Procurement: Sourcing production equipment, parts, ORDALT Kits, and spares.
- Installation & Field Services: Onsite equipment assessments, ORDALT Alteration Installation Team (AIT) services, and post-installation testing.
- Refurbishment & Repair: Providing equipment refurbishment and component repair services.
RFI Submission Requirements
Interested parties must submit:
- Company Information: Name, Address, DUNS, CAGE, designated representative, and company size status (e.g., 8(a), HUB Zone, SDVOSB, WOSB, Large Business).
- Capability Statement: Succinctly address the contractor's ability to manage as a prime, technical capability (including performing 50% of manufacturing costs with own employees for Small Business consideration), capacity (magnitude of tasking, equipment, staff), ability to obtain Secret Clearance for personnel, and a detailed process for hardware/software delivery to meet U.S. Navy ship port visits.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought
- NAICS Code: 334118 (Miscellaneous Electrical And Electronic Components)
- Set-Aside: Market research to determine Small Business set-aside opportunities (50% manufacturing cost requirement for SBs).
- Response Due: February 11, 2026, 2:00 PM PST
- Published Date: January 30, 2026
- Anticipated Contract Type (future): Cost-Plus-Fixed-Fee (CPFF) MAC IDIQ
- Anticipated Award Date (future): August 2027
- Place of Performance: Primarily Port Hueneme, CA, with potential for other NSWC PHD sites, remote sites, and CONUS/OCONUS travel.
Important Notes
This RFI is for informational and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government will not compensate respondents for any costs incurred. Proprietary information must be clearly marked.