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) is conducting market research through this Request for Information (RFI) to identify qualified sources for a potential future Technical Insertion 16 (TI-16) Sustainment procurement. This effort will involve lifecycle sustainment, limited manufacturing, engineering services, and installation of Ordnance Alteration Kits. Responses will inform potential Small Business set-aside opportunities. Responses are due by February 11, 2026.
Scope of Work
This RFI seeks capabilities for the lifecycle sustainment of TI-16 equipment across various Navy platforms, including Aegis, DDGs, SSDS, CVNs, LHAs, LSDs, CV-TSC, SEWIP, LCS, and Frigates. Key activities include:
- Limited Manufacturing & Assembly: Production of TI-16 equipment spares and Ordnance Alteration (ORDALT) Kits.
- Engineering Services: Technical support, configuration management, document development (TDP, SVD, SUM, SRS), reliability engineering, failure analysis, and redesign recommendations.
- Obsolescence Management: Monitoring and resolving Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues.
- Material Procurement: Acquiring 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 assembly/component repair services. Work may require access to classified information up to SECRET and compliance with OPSEC and Cybersecurity requirements.
Contract & Timeline
- Type: Request for Information (RFI) for a potential future Multiple Award Contract (MAC) Indefinite-Delivery-Indefinite-Quantity (IDIQ).
- Anticipated Contract Type: Cost-Plus-Fixed-Fee (CPFF).
- NAICS: 334118 (Miscellaneous Electrical And Electronic Components).
- Set-Aside: Small Business set-aside opportunities will be considered.
- Response Due: February 11, 2026, by 2:00 PM Pacific Standard Time.
- Estimated Award Date: August 2027.
- Published: January 28, 2026.
Submission Requirements
Interested parties must submit:
- Company Information: Name, Address, DUNS, CAGE, designated representative, point of contact, and company size status (e.g., 8(a), HUB Zone, SDVOSB, WOSB, Large Business).
- Capability Statement: Addressing ability to manage as prime, technical capability (including performing 50% of personnel cost for small businesses), capacity (magnitude, equipment, staff), ability to obtain Secret Clearance, and a detailed process for timely hardware/software delivery for Navy ship installations. Respondents are also encouraged to provide feedback on feasibility or challenges.
Additional 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 should be clearly marked.