Opportunity
SAM #N0002426R6111
NAVSEA HQ seeks prime integrator for TI-28 and TI-Next Acoustic Rapid COTS Insertion (A-RCI) systems for submarine sonar programs
Buyer
NAVSEA Headquarters
Posted
May 04, 2026
Respond By
June 03, 2026
Identifier
N0002426R6111
NAICS
541512, 334418, 334511
NAVSEA HQ is seeking a prime integrator for advanced submarine sonar system upgrades: - Buyer: Director of Submarine Programs (DSP), Undersea Submarine Acoustic Systems Program Office (PMS 401), NAVSEA HQ - Scope includes: - Prime integration for TI-28 and TI-Next Acoustic Rapid COTS Insertion (A-RCI) hardware and software systems - Engineering design, technical support, manufacturing, testing, training, and installation - Technical insertion kits, workstation displays, trainers, and associated spares - Support for multiple submarine classes: LOS ANGELES, SEAWOLF, OHIO, VIRGINIA, COLUMBIA - Involvement in Foreign Military Sales and common SONAR programs (e.g., SQQ-89) - Contract details: - Ten-year effort (approx. 7,150,000 man-hours) - Multiple contract types: CPIF, Fixed Price Incentive Fee, Firm Fixed Price, IDIQ - Requirements: - Demonstrated technical expertise and system integration experience - Facility security clearance (minimum SECRET, ability to obtain TOP SECRET) - Adequate facilities for development, testing, integration, and manufacturing - Access to controlled documents requires validated security clearance and signed Terms of Use - No specific OEMs or vendors are named in the notice
Description
The Director of Submarine Programs (DSP), Undersea Submarine Acoustic Systems Program Office (PMS 401), is conducting market research to identify potential sources capable of serving as the prime integrator for new and existing sonar Technical Insertions (TI). The prime integrator's role may include: Engineering design development and technical support for the development, manufacture, testing, training, and installation of Technology Insertion (TI)-28 and TI-Next Acoustic - Rapid COTS Insertion (A-RCI) hardware and software systems, technical insertion kits, workstation displays, trainers, and associated spares for submarines such as LOS ANGELES, SEAWOLF, OHIO, VIRGINIA, and COLUMBIA class; Support for Foreign Military Sales (FMS), related trainers, and common SONAR programs like the SQQ-89. Engineering support may include: Software design development efforts and hardware interface development for various arrays and systems including Sphere Array, Large Aperture Array (LAB), Lightweight Wide-Aperture Array (LWWAA), Wide Aperture Array (WAA), Lightweight Low Cost Conformal Array (LWLCCA), Sail Receive Array, Noise Monitoring, Test Target Injection, On-Board Trainer, Legacy Replacement, and Chin Array. Design improvements for new and modified acoustic sensor systems, upgrades for networking, and transitioning Advanced Processing Builds (APBs) into platforms, trainers, and shore facilities. SWFTS re-architecture requirements, in-service and lifecycle support for A-RCI, including legacy designs. The goal is to deliver capability rapidly, modernize software infrastructure, containerize software, and streamline certification testing. To increase fleet compatibility and reduce configuration variants, the Submarine Warfare Federated Tactical System (SWFTS) is transitioning to an Infrastructure Baseline (IB) strategy: Each IB cycle begins with a foundational Tech Insertion (TI) and is followed by a TI dedicated to obsolescence mitigation. For example, TI-28 is the obsolescence refresh for TI-26 IB, sharing infrastructure and shipboard baselines to minimize impacts. Future cycles will follow this pattern, with TI-Next (e.g., TI-30) establishing a new IB, and subsequent TIs serving as obsolescence refreshes. The procurement will be a ten-year effort (FY2029–FY2039) with various contract types, including Cost Plus Incentive Fee (CPIF), Fixed Price Incentive Fee, Firm Fixed Price, and Indefinite Delivery Indefinite Quantity (IDIQ). It will encompass approximately 7,150,000 man-hours of engineering support, with shipset quantities varying annually. Respondents must demonstrate: The required technical expertise and ability to fulfill the Statement of Work (Attachment 1) and Program Schedule (Attachment 2). Experience as a lead system integrator involved in software development, hardware selection, and system integration. Capability to coordinate across industry, academia, and government partners. Facilities and equipment for development, testing, integration, and production, including facility layout and capacity. Security clearances at the Secret level, with the ability to obtain Top Secret clearance if needed. Availability of key personnel as per Attachment 3, and proposed staffing levels. Innovative approaches to improve technical, staffing, and cost performance without compromising quality. Responses should be submitted to Candace Magelitz (candace.h.magelitz.civ@us.navy.mil) and Cassie Brese (cassandra.j.brese.civ@us.navy.mil) by 5:00 PM EDT on June 3, 2026. Limit responses to 30 pages, and include a clear subject line referencing the solicitation number and company name. Companies are encouraged to submit prior to the deadline. Email submissions should not exceed 12MB; larger files should be split into multiple emails. Responses via fax or hand delivery are not accepted, and no classified material should be submitted. Cover pages must include: Company name, address, point of contact, phone number, and email. Business size verification (small or large) per NAICS 334511, Size Standard: 1,350 employees. For small businesses, a statement of the percentage of work to be self-performed, in accordance with FAR 52.219-14. Attachments include: Attachment 1: Statement of Work Attachment 2: Program Schedule Attachment 3: Staffing Plan Attachment 4: Questions Template Attachment 5: Terms of Use (TOU) Agreement Access to the Statement of Work and SONAR Specification requires completion of the TOU Agreement and security clearance validation. The documents will be provided only to qualified companies, with the SONAR Specification available for viewing at designated facilities. Foreign companies' access will be addressed if a future RFP is issued. Registration in the System for Award Management (SAM) is mandatory for eligibility, and the website is https://www.sam.gov. The Government will review all comments but does not guarantee responses. This notice is for market research and planning; responses are not proposals or bids. Future solicitations will be announced separately, and responses to this notice do not constitute a request for award consideration.