Federal Bid

Last Updated on 16 Jul 2019 at 8 AM
Sources Sought
Location Unknown

Technology Insertion (TI)-22/24/26 Acoustic Rapid Action Commercial Off-the Shelf (COTS) Insertion (A-RCI)

Solicitation ID N00024-19-R-6117
Posted Date 31 May 2019 at 6 PM
Archive Date 16 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location United states
The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to provide engineering design development and technical services to develop, manufacture, test, train and install Technology Insertion (TI)-22, TI-24, and TI-26 Acoustic - Rapid Commercial Off-the Shelf (COTS) Insertion (A-RCI) hardware and software systems, technical insertion kits, workstation displays, trainers, and associated spares for LOS ANGELES, SEAWOLF, OHIO, VIRGINIA and COLUMBIA class submarines; Foreign Military Sales (FMS); related trainers; and, the common SONAR programs such as the Integrated Undersea Surveillance Systems (IUSS), SQQ-89, and the Littoral Combat Systems (LCS).  The procurement also includes the design and development effort for array signal processing hardware and software in support of the Large Aperture Array (LAB), Lightweight Wide-Aperture Array (LWWAA) Wide Aperture Array (WAA), LWWAA Low Cost Conformal Array (LWLCCA), Legacy Replacement, and High Frequency (HF) arrays.  The contractor will provide engineering support to develop design improvements for new and modified acoustic sensor systems; perform upgrades for common forward fit and back fit networking; and, transition Advanced Processing Builds (APBs) into their specific platforms, trainers, and shore based facilities.


The proposed procurement will be a ten (10) year Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Cost type contract, spanning between Fiscal Year (FY) 2020 and FY 2030.  The proposed contract will include approximately 9,631,286 man-hours of engineering design development and technical support.  The production procurement will include the following shipset quantities: eighteen (18) in FY22; twenty-four (24) in FY23; twenty-five (25) in FY24; twenty-eight (28) in FY25; twenty-three (23) in FY26; thirteen (13) in FY27; and, fourteen (14) in FY28. 

Respondents must demonstrate the required level of technical expertise, as well as the ability to fulfill the mandatory requirements as described in Attachments 1 and 2 of this sources sought notice. Respondents must provide the detailed narratives and supporting rationale/data to identify how their knowledge, skills, and abilities meet the requirements listed in Attachments 1 and 2.   

The respondents must have experience as a system integrator who will be involved in the development of software functionality and hardware as well as the integration of the overall system.  The respondents must be able to coordinate software design, development, and integration across diverse industry partners (both large and small business), academia, and Government warfare centers.  The respondents must show that they are knowledgeable of the Submarine Warfare Federated Tactical System (SWFTS) and how the acoustic subsystem is integrated and tested with other SWFTS subsystems.

The respondents must have facilities and equipment necessary for the system development, testing, integration, production and performance of the Statement of Work (Attachment 1) in support of all Technology Insertion (TI) baselines (TI-22, TI-24, and TI-26).  The respondents shall describe the layout of space, and provide a diagram of its facilities to demonstrate that they have adequate design, development, testing, and manufacturing capability and capacity for successful performance of all described requirements, including system and engineering support facilities and manufacturing facilities.  The respondents must describe and discuss the facilities for the physical inspection and storage of incoming materials and vendor supplied items; production, fabrication, and assembly; performing critical processes and procedures; and development, production test, and inspection.

The respondents shall state whether the facilities are leased or owned.  The respondents must have a facility security clearance issued by the Defense Security Service at the SECRET Level; and the ability to obtain the facility security clearance at the TOP SECRET level, if required.   

The respondents must be able to field the Key Personnel in Attachment 3 of this notice. Notional Non-Key personnel staffing levels are left to the respondents to propose. 

Respondents are strongly encouraged to provide an innovative approach that could improve the technical, including staffing, and cost performance without sacrificing the quality of maintenance and timely delivery of the systems to the warfighters.  Respondents must provide documentation or examples of the ability to design, integrate, test, produce and support all baselines and hardware deliveries to the fleet and all associated integral and ancillary support capabilities from past experience. 

Responses to this source sought notice should be submitted to Jim Vossler at [email protected] and Ashley Houghton at [email protected].  All responses shall be unclassified and must be received no later than 5:00PM Eastern Standard Time (EST) on 07/01/2019.  The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "Technology Insertion (TI)-22/24/26 Acoustic Rapid Action Commercial Off-the Shelf (COTS) Insertion (A-RCI)."  Please limit responses to a maximum of thirty (30) pages.

The cover pages shall include the following information:

1.  Company name; Address; Point of Contact; Phone Number; and E-mail address.

2.  Identification and verification of the company's business size (i.e., small, large)relative to NAICS Code 334511, Size Standard: 750 employees.

Small Businesses are reminded under FAR 52.219-14; Limitation on Subcontracting, for services, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.  Include the percentage of work that will be self-performed on this project.  

Procedures for obtaining the Statement of Work (Attachment 1) and the SUB-SONAR Specification for Advanced Processing Build 2017 (and Later) which is referenced in Attachment 1:

The Statement of Work (SOW) and the referenced SONAR Specification will be available only to those companies with a validated security clearance at a minimum SECRET clearance level.  To attain validation of security clearance, prospective respondents must submit a written request to Jim Vossler at [email protected], and Ashley Houghton at [email protected].  The written request must include the company name, cage code, and complete destination address and security point of contact.  The controlled documents may only be provided to prospective respondents following approval by the NAVSEA Office of Security Programs and the Contracting Officer.  The SOW will be sent by e-mail.  The SONAR Specification will be available for view only in the reading room located at Naval Undersea Warfare Center, Newport, RI.  No copies or notes will be allowed in the reading room.  The Government undertakes no obligation to prospective respondent to assist in the attainment of requisite security clearance(s) so that the prospective respondent may provide a response to this notice.  Foreign company access to these documents and other controlled information will be addressed if and when a Request for Proposal (RFP) is issued.  

Prospective respondents are advised DFARS 252.204-7004 Alternate A, System for Award Management would apply to any solicitation issued for this requirement, and lack of current registration in the System for Award Management database will make a respondent ineligible for award.  Information on the System for Award Management database may be obtained via the World Wide Web at https://www.sam.gov.

The Government will consider all comments received, but does not commit to providing a response to any comments or questions received as a result of this sources sought notice.  This notice is for information and planning purposes, and the Government will not pay or otherwise reimburse respondents for information submitted.  The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice.  The sources sought notice is a market research tool being used to determine the existence of qualified and experienced sources.  Responding to this sources sought is not a request to be considered for award.  If a solicitation is issued in the future, it will be announced via the Government wide point of entry (https://www.fbo.gov/) and all interested parties must respond to that solicitation announcement separately from any response to this sources sought notice.  A response to this notice will not be considered a request to be added to a bidders list or to receive a copy of the solicitation.

Bid Protests Not Available

Similar Opportunities

San antonio Texas 22 Jul 2025 at 4 AM (estimated)
San antonio Texas 22 Jul 2025 at 4 AM (estimated)
Location Unknown 13 Jul 2025 at 4 PM (estimated)
Location Unknown 13 Jul 2025 at 4 PM (estimated)
Pennsylvania 15 Jul 2025 at 8 PM