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, software, kits, trainers, and spares to support Acoustic - Rapid COTS Insertion (A-RCI) upgrades for LOS ANGELES, VIRGINIA, SEAWOLF, and COLUMBIA class submarines. Responses are due by April 23, 2026.
Scope of Work
The procurement requires engineering design development for software re-architecture, technical service, installation support, in-service support, and technology enhancements for TSMS systems. It also includes lifecycle support for fielded legacy TSMS designs. The TSMS will utilize Commercial Off-the-Shelf (COTS) products and non-developmental items (NDI), featuring upgraded signal processing and reconfigurability for multiple acoustic and array sensors. Production quantities for TI-28 and TI-next shipsets are specified annually from FY28 to FY35.
Contract & Timeline
- 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.
- Proposed Period of Performance: FY2028 to FY2035 (overall TSMS procurement from September 30, 2027 to September 30, 2035).
- Estimated Man-hours: Approximately 552,000 for engineering design development and technical support.
- Response Due: April 23, 2026
- Published: April 1, 2026
- Set-Aside: None specified
Key Requirements for Respondents
Respondents must demonstrate technical expertise and the ability to fulfill requirements outlined in the Statement of Work (Attachment 1) and the AN/BQQ-10 A-RCI TI/APB Build Schedule (Attachment 2). This includes having adequate facilities for system development, testing, integration, and production, with a SECRET Level facility security clearance. Bidders must also be able to field Key Personnel as detailed in Attachment 3, which specifies roles, required experience, and security clearances (Secret and ACCM where applicable). An innovative approach to improve technical and cost performance is encouraged.
Submission Instructions
Responses are limited to a maximum of thirty (30) pages and must include company information, business size (NAICS 334511, 1,350 employees), and percentage of self-performed work. Submissions should be emailed to Candace Magelitz (candace.h.magelitz.civ@us.navy.mil) and Ashley Houghton (ashley.e.houghton.civ@us.navy.mil), referencing the notice identifier and title in the subject line. Access to controlled documents (SOW, TSMS Specification) requires a validated SECRET clearance and a written request to the specified contacts.
Additional Notes
This is a market research notice for planning purposes only. The Government is not soliciting proposals and will not pay for information submitted. A future solicitation, if issued, will be announced on SAM.gov, and separate responses will be required.