Opportunity

SAM #N0002426R6114

Market Research for Submarine Acoustic Systems Technology Insertion (A-RCI) IDIQ-MAC

Buyer

NAVSEA Headquarters

Posted

May 04, 2026

Respond By

June 17, 2026

Identifier

N0002426R6114

NAICS

541512, 541330, 541690, 334511, 541715

NAVSEA HQ is seeking industry input for a major procurement supporting technology upgrades for submarine acoustic systems. - Government Buyer: - Department of the Navy, Naval Sea Systems Command (NAVSEA HQ), Undersea Submarine Acoustic Systems Program Office (PMS 401) - Contracting office located at 1333 Isaac Hull Ave SE, Washington Navy Yard, DC - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Cabinet Design and Production: Includes server cabinets, switches, CPUs, GPUs, RAIDs, power supplies, network switches, array interface hardware, and heat exchangers - Sensor Processing Software: For acoustic and non-acoustic sensors, including array-specific interface hardware, signal conditioning, beamforming, detection, tracking, and health monitoring; must be containerized and compatible with Common Computing Environment - Fleet Support: Field maintenance, troubleshooting, repair, supply support, and a 24-hour worldwide hotline; includes on-site and at-sea support - Certification Support Lab: Setup and support for test bays and integration/certification testing for A-RCI and SWFTS systems - Logistics Support: Development and maintenance of technical manuals, training products, and quality assurance for submarine acoustic systems - Unique/Notable Requirements: - Coordination with other developers and support for classified SIPR call center - Facility clearance at the SECRET level may be required - Five-year base period with a five-year option for ordering - No specific part numbers or quantities are listed at this stage

Description

Notice for Market Research Purposes Only This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. Failure to respond to this Request for Information (RFI) does not preclude participation in any future Request for Proposal (RFP), if any is issued. This Sources Sought/RFI notice is issued by the Department of the Navy, Director of Submarine Programs (DSP), Undersea Submarine Acoustic Systems Program Office (PMS 401). DRPM SUBs plans to establish an Indefinite Delivery-Indefinite Quantity Multiple Award Contract (IDIQ-MAC) marketplace for the procurement of supplies and support for the Tech Insertion (TI) Acoustic-Rapid COTS Insertion (A-RCI) program. The purpose of this RFI is to gauge interest in companies to be part of the marketplace for the TI A-RCI IDIQ-MAC. The AN/BQQ-10 A-RCI supports the global superiority of the U.S Navy by delivering processing and display upgrades to the SONAR sensors of all submarine classes. A-RCI is a subsystem of the Submarine Warfare Federated Tactical System (SWFTS). SWFTS coordinates a common processing selection, and network architecture with common services across all sub-systems. SWFTS is transitioning to the concept of Infrastructure Baselines (IBs) in an effort to increase compatibility by reducing variants across the fleet. IBs start with a baseline TI followed by subsequent obsolescence tech refresh TIs. The TI A-RCI IDIQ-MAC is intended to solicit, under fair competition procedures among the qualified IDIQ-MAC holders, Task and Delivery Orders for a variety of supplies and services in support of developing/continuing hardware and software solutions, and the associated Integrated Logistics Support (technical manuals, training inputs, parts lists, etc.) in the maritime domain. The TI A-RCI IDIQ-MAC will have five (5) Functional Areas, with potential awardees falling under some or all of the following: Cabinet Design and Production Cabinets are set stacks of servers, switches, and other components developed to provide the hardware and power infrastructure for the software to be run and the system to be controlled. They are constrained by the individual platform's space, weight, power, and cooling (SWAP-C) allocations for each submarine class. Cabinets shall be either air-cooled or water-cooled depending on the final application. They shall contain power conditioning, Electromagnetic Interference (EMI) filters, CPUs and GPUs, Redundant Array of Independent Disks (RAIDS), array power supplies, network switches, array interface and timing hardware, and heat exchangers. The contractor shall design array interface and timing edge hardware not satisfied by a common SWFTS component design. A-RCI aims to standardize array interface edge devices with common parts to prioritize CPU and GPU processing in a Common Compute Environment (CCE). This area requires coordination with other developers and the Prime Integrator, as well as within the larger SWFTS community, for the development and use of common processing components. The contractor shall perform engineering design development, first article testing, environmental testing, and factory acceptance testing of cabinets for delivery to a certification support lab. Sensor Processing Software Sensor processing involves the interface, conditioning, beamforming, detection, and tracking of acoustic and non-acoustic sensors, which are essential for submarine operation. For active sensors, the software must produce, control, and synchronize with the active waveform. The developer will identify and provide any array-specific interface hardware needed. Software should be developed in a containerized manner capable of running in a Common Computing Environment (CCE). Coordination with other processing developers and hardware design teams is required, as well as within the SWFTS community, to support system management and Sonar string requirements. Software will be delivered, integrated, and certified at the ARCI subsystem and SWFTS system of systems (SoS) levels, both digitally and physically. Fleet Support Fleet Support involves coordinating efforts to resolve issues from in-service platforms, including installation, hardware repairs, and supply support, with a call center supporting classified SIPR communications. The contractor shall provide qualified technicians and coordinate with the prime integrator, industry partners, and warfare centers for engineering support for field maintenance and repairs, including on-site troubleshooting and repair support at waterfront or at sea. A worldwide, 24-hour toll-free hotline shall be established. Within 24 hours of a call, the contractor shall provide assistance, acknowledge receipt to the Government, maintain a database for trend analysis, and seek further instructions as needed. Certification Support Lab The Certification Support lab provides space and resources for final integration and certification testing before delivery to platforms. Multiple test bays are required for simultaneous support of different platform types, with sufficient power and cooling. The contractor shall provide setup, support services, and infrastructure for these test bays. Logistics Support Logistics and Sustainment Activities include providing services for optimal performance of SONAR systems throughout the program lifecycle. This involves coordination across hardware and software developers, training, and supply systems to produce comprehensive Interactive Electronic Technical Manuals (IETMs) and training products. The contractor shall develop, update, and maintain the IETM, addressing all operational and maintenance aspects, and establish a quality assurance program for manuals. The TI A-RCI IDIQ-MAC’s period of performance is a five (5) year base period, with an additional five (5) year ordering option. The Navy may periodically evaluate the need for additional industry partners during this period. The Navy requests industry feedback from interested companies, including concise responses to the following questions: Would you be interested in submitting a competitive proposal in response to a TI ARCI IDIQ-MAC solicitation, if one were offered? If so, which Functional Area or Areas would you most likely propose to? Note: Offerors may propose to multiple areas if a solicitation is released. Do you have recommendations on other system development, design, or delivery areas for A-RCI? Are you a current prime contractor or subcontractor on a DOW contract, or specifically with DSP? Are you supporting any platform, payload, or related technology? Do you qualify as a small business? Do you have a current Facility Clearance at the SECRET level? Interested companies should submit responses to the TSUB Contracting Points of Contact (POC) listed below, including the following information: Company name, address, and ZIP code Company CAGE, UEI Cognizant Defense Security Service (DSS) Security Office name, address, and ZIP code Business Website Business size status (e.g., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB) Number of employees Employee classification level Facility classification level Two POCs with Name, Title, Phone Number, Email Address Only one response is necessary for this announcement. The preferred format is a white paper or similar narrative in the company's format, submitted in Microsoft Word or searchable PDF format, including all tables, charts, and diagrams. Responses must be submitted electronically and received on or before [date]. Responses should be sent via email to: TO: Ms. Candace Magelitz, candace.h.magelitz.civ@us.navy.mil CC: Ms. Thanh Nguyen, thanh.n.nguyen.civ@us.navy.mil Subject line: Tech Insertion (TI) Acoustic-Rapid COTS Insertion (A-RCI) IDIQ-MAC RFI Response (company name) Companies are encouraged to submit prior to the closing date. A delivery receipt will confirm successful receipt. File size is limited to 12MB per email; larger files or zip extensions will be stripped. Multiple emails may be used if necessary, labeled as 1 of 3, 2 of 3, etc. Links to online share drives will not be accepted. Responses must not be faxed or hand-delivered. NO CLASSIFIED MATERIAL SHALL BE SUBMITTED. Proprietary information must be clearly marked and segregated. All submissions become Government property and will not be returned. Respondents should mark any data they do not want disclosed. This notice is not a solicitation and does not obligate the Government to issue a contract. Responding is at the respondent's expense. The Government may use the information for any appropriate purpose. Responses should be complete and detailed. The Government is not obligated to acknowledge receipt or provide feedback. Responses will not be returned and may be used in future acquisition strategies.

View original listing