Technology Insertion (TI)-28 and TI-Next Acoustic Rapid Action Commercial Off-the Shelf (COTS) Insertion (A-RCI)- Prime Integrator

SOL #: N0002426R6111Sources 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

Underwater Sound Equipment (5845)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 27, 2026
2
Response Deadline
Jun 3, 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 Department of the Navy, NAVSEA HQ, is conducting market research (Sources Sought) to identify a prime integrator for Technology Insertion (TI)-28 and TI-Next Acoustic Rapid Action Commercial Off-the Shelf (COTS) Insertion (A-RCI) systems. This effort involves engineering design, development, manufacturing, testing, training, and installation for various submarine classes and common SONAR programs. The proposed procurement is a single ten-year contract (FY2029-FY2039) with multiple contract types, including CPIF, FPIF, FFP, and IDIQ, requiring approximately 7,150,000 man-hours. Responses are due June 3, 2026.

Scope of Work

The prime integrator will support new and existing sonar Technical Insertions, including software design and hardware interface for various arrays (Sphere, LAB, LWWAA, WAA, LWLCCA, Sail Receive, Chin), noise monitoring, and on-board trainers. This includes developing design improvements, performing upgrades, and transitioning Advanced Processing Builds (APBs) into platforms, trainers, and shore facilities. The effort also covers SWFTS re-architecture requirements and in-service/lifecycle support for A-RCI, aiming to deliver capability at the speed of relevance by modernizing software infrastructure and economizing certification testing.

Contract & Timeline

  • Type: Sources Sought (Market Research)
  • Proposed Contract Type: Single 10-year (FY2029-FY2039) CPIF, FPIF, FFP, IDIQ
  • Estimated Man-Hours: 7,150,000
  • Anticipated Production: 12-14 shipsets annually (FY29-FY39)
  • Set-Aside: None specified (NAICS 334511, Size Standard: 1,350 employees)
  • Response Due: June 3, 2026, 5:00 PM EDT
  • Published: April 27, 2026

Key Requirements for Respondents

Respondents must demonstrate:

  • Experience as a lead system integrator for software functionality, hardware selection, and overall system integration.
  • Ability to coordinate software design, development, and integration across diverse industry partners, academia, and Government warfare centers.
  • Knowledge of SWFTS and acoustic subsystem integration.
  • Facilities and equipment for system development, testing, integration, production, and performance for TI-28 and TI-Next baselines, including a facility security secret clearance (with ability to obtain TOP SECRET).
  • Ability to field Key Personnel as outlined in Attachment 3 (Staffing Plan).
  • Innovative approaches to improve technical and cost performance.
  • Past experience in designing, integrating, testing, producing, and supporting baselines and hardware deliveries.

Submission Instructions

Responses, limited to 30 pages, must be unclassified and emailed to Candace Magelitz (candace.h.magelitz.civ@us.navy.mil) and Cassie Brese (cassandra.j.brese.civ@us.navy.mil) by the deadline. Emails are limited to 12MB; multiple emails are permitted. The cover page must include company details, business size relative to NAICS 334511, and the percentage of self-performed work for small businesses.

Accessing Controlled Documents

Attachment 1 (Statement of Work) and the referenced SUB-SONAR Specification 26.1 require a minimum SECRET clearance. Interested companies must complete and submit Attachment 5 (Terms of Use Agreement) to Helen J. Douglas (Helen.j.Douglas.civ@us.navy.mil) and Cassie Brese. The SOW will be emailed upon approval, while the SONAR Specification is available for view only at NUWC Newport, RI, and NSWC Carderock, MD (no copies/notes allowed).

Additional Notes

This is a market research notice; the Government will not pay for information submitted and is not soliciting proposals. Future solicitations will be announced on SAM.gov. Respondents must be registered in SAM.gov for any potential award.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 27, 2026
Technology Insertion (TI)-28 and TI-Next Acoustic Rapid Action Commercial Off-the Shelf (COTS) Insertion (A-RCI)- Prime Integrator | GovScope