Tsunami 24 Upgrade

SOL #: N0017826Q6740Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC DAHLGREN
DAHLGREN, VA, 22448-5154, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

It Management Tools And Services Delivered As A Service, By Subscription, Or Service Contract. Includes Enterprise Architecture (Ea), Financial Management, And Strategic Planning. Ea Includes Services Supporting Business, Information, Application And Technical Architecture To Drive Standardization, Integration And Efficiency Among Business Technology Solutions. Financial Management Includes Services Involved In The Planning, Budgeting, Spend Management And Chargeback Of It Expenditures And The Costing Of It Products And Services. It Management And Strategic Planning Include Senior Professional And Administrative Support Services Facilitating Centralized It Strategy And Planning. (DF10)

Set Aside

No set aside specified

Timeline

1
Posted
May 1, 2026
2
Submission Deadline
May 6, 2026, 4:00 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 Surface Warfare Center Dahlgren Division (NSWCDD), under the Department of the Navy, has issued a Combined Synopsis/Solicitation (N0017826Q6740) for the Tsunami 24 Upgrade. This requirement is for the procurement of products and services manufactured by Textron Systems Corporation to upgrade the Dahlgren Tsunami 24 software and hardware. While the product is exclusive to Textron, the acquisition is unrestricted, and quotes are sought from authorized resellers. Quotations are due by May 6, 2026, at 12:00 p.m. EST.

Scope of Work

This effort involves a two-phase upgrade to the Tsunami 24 system:

  • Phase One (Software Update): Upgrade the Dahlgren Tsunami 24 software to UMAA 6.0 compliance for autonomy solution plug-ins, add backwards compatibility to version 5.2.1 for the Textron Autonomy Control Station (ACS), and remove software dependence on an RTI license. Onsite support for installation, functionality verification, and an overview of changes is required.
  • Phase Two (Hardware & Software Update): Update the Unmanning Kit on the Tsunami 24 to an upgraded version, including a new OnLogic Karbon 804 Vehicle Computer, to simplify system architecture and ensure compatibility with current Navy purchases and future software releases. This phase also includes installing the June Tsunami software release and updating the original training material package. Onsite support for hardware/software upgrade and training on implemented changes is required.
  • All work is unclassified and requires coordination with the Technical Point of Contact (TPOC). Travel for two personnel for eight days to Dahlgren, VA, is anticipated.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) Request for Quotation (RFQ)
  • NAICS Code: 541330 (Engineering Services)
  • PSC/FSC Code: DF10 (IT Management Tools and Services)
  • Set-Aside: Unrestricted (though the product/service is sole-source to Textron Systems Corporation)
  • Period of Performance:
    • Item 0001 (Software Update): 60 days
    • Item 0002 (Hardware/Software Update): 4 months
    • Overall (Items 0001, 0002, 0003): May 25, 2026, to September 25, 2026
    • Item 0004 (Hardware Delivery): Within 13 weeks from Date of Award
  • Place of Performance: Naval Surface Warfare Center Dahlgren Division (NSWCDD), Dahlgren, VA.

Submission & Evaluation

  • Quotations Due: May 6, 2026, by 12:00 p.m. EST.
  • Submission Method: Standard Form 1449. Invoices via Wide Area WorkFlow (WAWF).
  • Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
  • Key Requirements for Offerors:
    • Must be registered in the System for Award Management (SAM).
    • Must provide documentation from the Original Equipment Manufacturer (OEM) confirming authorized reseller or distributor status for Textron Systems Corporation products. Quotes without this may be rejected.
    • Compliance with cybersecurity requirements, including NIST 800-171 and a Cyber Incident Response plan. A current Cybersecurity Maturity Model Certification (CMMC) status is also required.
    • All costs, including shipping to Dahlgren, VA, and any tariffs, must be included in the quoted price.

Attachments & Additional Notes

The solicitation includes a Statement of Work (SOW), Contract Data Requirements List (CDRL A001) for briefing and training materials, a Data Item Description (DID DI-MGMT-81605) for briefing material, and SF1449. Questions must be submitted via email to Marcia Rennie (marcia.m.rennie.civ@us.navy.mil), referencing Synopsis/Solicitation Number N0017826Q6740 in the subject line.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 1, 2026
Tsunami 24 Upgrade | GovScope