Opportunity
SAM #N0017826Q6740
NSWC Dahlgren Division Tsunami 24 Software and Hardware Upgrade (Textron Sole Source)
Buyer
NSWC Dahlgren
Posted
May 01, 2026
Respond By
May 06, 2026
Identifier
N0017826Q6740
NAICS
541330, 541512
The Naval Surface Warfare Center Dahlgren Division (NSWCDD), part of the U.S. Navy, is seeking a sole source upgrade for the Tsunami 24 system, manufactured by Textron Systems Corporation. - Government Buyer: - U.S. Navy, Naval Surface Warfare Center Dahlgren Division (NSWCDD), Comptroller C1B - OEMs and Vendors: - Textron Systems Corporation (OEM) - OnLogic (OEM for Karbon 804 computer) - Products and Services Requested: - Tsunami 24 software and hardware upgrade for UMAA 6.0 compliance - Software update phase: upgrade Tsunami 24 software, ensure backward compatibility to UMAA 5.2.1, remove RTI license dependency - Hardware update phase: upgrade Unmanning Kit with OnLogic Karbon 804 computer (MFG P/N: K804), install June Tsunami software release, update training package (R4095100010 Rev A) - Onsite support: 8 days total (3 days for software installation and verification, 5 days for hardware/software upgrade and training) - Travel for two personnel to NSWCDD - Training material updates - Unique or Notable Requirements: - Sole source to Textron Systems Corporation; only authorized resellers with OEM documentation accepted - Compliance with NIST 800-171 and CMMC cybersecurity standards - All costs, including shipping and tariffs, must be included - Delivery and onsite support at NSWCDD, Dahlgren, VA - Compatibility with existing systems (form, fit, function) - Place of Performance and Delivery: - Naval Surface Warfare Center Dahlgren Division, Dahlgren, VA (multiple specific addresses) - Period of Performance: - Software update phase: 60 days - Hardware/software update phase: 4 months - Onsite support and training: 8 days total, spread throughout contract period - Estimated Contract Value: - Likely range: $250,000 - $500,000 (based on scope and specialized requirements) - Primary Products: - Tsunami 24 software upgrade - OnLogic Karbon 804 computer (P/N: K804) - Training materials (R4095100010 Rev A) - Competing Products: - Alternative autonomy software platforms (e.g., QinetiQ Talon, L3Harris autonomy solutions) - Rugged industrial computers (e.g., Dell Rugged, Advantech) - Primary Competitors: - QinetiQ Group plc - L3Harris Technologies, Inc. - General Dynamics Mission Systems - OnLogic (for hardware)
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6740
Submitted by: Marcia Rennie
NAICS Code: 541330
FSC/PSC Code: DF10
Anticipated Date to be published in SAM.gov: 1 May 2026 Anticipated Closing Date: 6 May 2026
Contracts POC Name: Marcia Rennie
Telephone#: 540-742-5921
Email Address: marcia.m.rennie.civ@us.navy.mil
PSC/FSC Code and Description: DF10 – IT and Telecom - IT Management as a Service
Basis for award:
__ Brand Name - FAR 6.103-1(d)
X Sole Source - FAR 6.103-1(b)
__ Full and Open - FAR 6.101
__ Total Small Business Set Aside - FAR 19.104-1
This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.
Synopsis/Solicitation N0017826Q6740 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.
For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/service manufactured by Textron Systems Corporation as follows: Tsunami upgrade. See the attached Statement of Work (SOW), CDRL, DID & SF1449.
Textron Systems Corporation is located in Hunt Valley, MD.
This procurement will allow for an upgrade to the original equipment manufacturer (OEM) software. The software and hardware must be compatible (form, fit, and function) in all aspects with existing systems presently installed. The required upgrades are exclusive to Textron Systems Corporation.
All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis.
All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.
Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made on a Lowest Price Technically Acceptable basis.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Proposal is due by 6 May 2026, no later than 12:00 p.m. EST with an anticipated award date by June 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to marcia.m.rennie.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6740 in the subject line.
Attachments –
-Redacted Statement of Work (SOW), CDRL A001, DID
--SF1449: Solicitation/Contract/Order for Commercial Items