Description
The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to provide engineering design development, and manufacture the Technology Insertion (TI)-28 and TI-next Total Ship Monitoring System (TSMS) hardware and software systems, technical insertion kits, trainers, and associated spares in support of the Acoustic - Rapid COTS Insertion (A-RCI) upgrades for LOS ANGELES, VIRGINIA, SEAWOLF, and COLUMBIA class submarines. TI-28 will have the same infrastructure and common shipboard integrated baselines with TI-26. TI-32 will have the same infrastructure and common shipboard integrated baseline with TI-30. The procurement requires engineering design development to support software re-architecture requirements, and includes technical service, installation support, in-service support, and partial technology enhancements (such as server/hard drive updates); and infrastructure baselines (such as switches and infrastructure cablings), as needed, in support of Fleet requirements for software and/or hardware production improvements on TSMS systems or upgrade kits. The procurement will also require in-service and lifecycle support for TSMS to include fielded legacy TSMS designs. The TSMS will implement Commercial Off-the-Shelf (COTS) products and non-developmental item(s) (NDI). The TSMS contains upgraded signal processing capability and is reconfigurable to support processing of multiple acoustic and array sensors. The proposed procurement will be a 8-year Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Cost type contract, spanning between Fiscal Year (FY) 2028 and FY 2035. The proposed contract will include approximately 552,000 man-hours of engineering design development and technical support. The Engineering Development Model (EDM) will be planned in FY28, if required. The TI-28 and TI-next production procurement will include the following shipset quantities: nine (9) in FY28; eleven (11) in FY29; fourteen (14) in FY30; ten (10) in FY31; ten (10) in FY32, fourteen (14) in FY33, eleven (11) in FY34, and nine (9) in FY35. Respondents must demonstrate the required level of technical expertise, as well as the ability to fulfill the mandatory requirements as described in Attachment 1, “Statement Of Work”, and Attachment 2, “AN/BQQ-10 A-RCI TI/APB Build Schedule for TI-28, and TI-next”. Respondents must provide detailed narratives and supporting rationale/data to identify how their knowledge, skills, and abilities to meet the requirements listed in Attachments 1 and 2. The respondents must have facilities and equipment necessary for the system development, testing, integration, production and performance of the Statement of Work (SOW) (Attachment 1) in support of all Technology Insertion (TI) baselines (TI-28, and TI-next). The respondents shall describe the layout of space, and provide a diagram of its facilities to demonstrate that they hav…
Classification
Contracting Office
Contacts
Attachments (2)