Technology Insertion (TI)-28 and TI-next Total Ship Monitoring System
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 Sea Systems Command (NAVSEA) is conducting market research to identify potential sources for the Technology Insertion (TI)-28 and TI-next Total Ship Monitoring System (TSMS). This effort involves engineering design, development, and manufacturing of hardware and software systems, technical insertion kits, trainers, and associated spares for Acoustic - Rapid COTS Insertion (A-RCI) upgrades on LOS ANGELES, VIRGINIA, SEAWOLF, and COLUMBIA class submarines. Responses are due by April 9, 2026.
Scope of Work
The procurement requires engineering design development for software re-architecture, technical service, installation support, in-service support, and partial technology enhancements (e.g., server/hard drive updates, infrastructure cabling). It also includes in-service and lifecycle support for TSMS, including fielded legacy designs. The TSMS will implement Commercial Off-the-Shelf (COTS) products and non-developmental items, featuring upgraded signal processing and reconfigurability for multiple acoustic and array sensors.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Proposed Contract Type: 8-year Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Cost type contract.
- Period: Fiscal Year (FY) 2028 to FY 2035.
- Estimated Effort: Approximately 552,000 man-hours of engineering design development and technical support.
- Production Quantities (Shipsets): FY28 (9), FY29 (11), FY30 (14), FY31 (10), FY32 (10), FY33 (14), FY34 (11), FY35 (9).
- Set-Aside: None specified.
- Response Due: April 9, 2026, 9:00 PM ET.
- Published: February 9, 2026.
Key Requirements for Respondents
Respondents must demonstrate technical expertise and capability to fulfill requirements outlined in Attachment 1 (Statement of Work) and Attachment 2 (AN/BQQ-10 A-RCI TI/APB Build Schedule). This includes:
- Facilities: Adequate design, development, testing, and manufacturing capabilities, including space layout diagrams. Facilities must have a SECRET Level security clearance issued by the Defense Security Service.
- Personnel: Ability to field Key Personnel as described in Attachment 3 (Staffing Plan and Key Personnel), which details required hours by labor category (FY28-FY35) and specific role qualifications.
- Experience: Provide documentation or examples of past experience in designing, integrating, testing, producing, and supporting baselines and hardware deliveries.
- Innovation: Innovative approaches to improve technical and cost performance are encouraged.
Submission Details
- Submission: Responses, limited to 30 pages, should be emailed to Candace Magelitz (candace.h.magelitz.civ@us.navy.mil) and Ashley Houghton (ashley.e.houghton.civ@us.navy.mil).
- Cover Page: Must include company name, address, POC, phone, email, business size (NAICS 334511, 1,350 employees), and percentage of self-performed work.
Access to Controlled Documents
- SOW (Attachment 1) and TSMS Specification: Available only to companies with a validated SECRET clearance.
- Request Process: Submit a written request to Helen J. Douglas (helen.j.douglas.civ@us.navy.mil), Candace Magelitz, and Ashley Houghton, including company name, CAGE code, address, and security POC. Approval from NAVSEA Office of Security Programs and the Contracting Officer is required.
- Viewing: SOW will be emailed; SONAR Specification is view-only at Naval Undersea Warfare Center, Newport, RI.
Additional Notes
This is a market research notice for planning purposes only; it is not a solicitation. DFARS 252.204-7004 Alternate A (SAM registration) will apply to any future solicitation.