AI helper
This is a sources sought notice for market research to identify potential sources capable of providing engineering design development, and manufacturing of technology insertion TI 28 and TI next total ship monitoring system (TSMS) hardware and software systems, technical insertion kits, trainers, and associated spares for acoustic rapid COTS insertion (ARCI) upgrades for Los Angeles, Virginia, Seawolf, and Columbia class submarines. The procurement requires engineering design development for software re-architecture, technical service, installation support, in-service support, and partial technology enhancements. The TSMS will implement commercial off-the-shelf (COTS) products and non-developmental items (NDI). The proposed contract will be an 8-year cost plus fixed fee (CPFF), cost plus incentive fee (CPIF), firm fixed price (FFP), and cost type contract, spanning between FY2028 and FY2035, with approximately 552,000 man-hours of engineering design development and technical support. Respondents must demonstrate technical expertise and the ability to fulfill mandatory requirements as described in the Statement of Work (SOW) and build schedule. Respondents must have necessary facilities and equipment, including a facility security clearance at the secret level. Responses should be submitted via email to ***@***. *. * and ***@***. *. *, limited to 30 pages. The SOW and TSMS performance specification will be available only to companies with a validated security clearance at a minimum secret level, requiring a written request to ***@***. *. *, ***@***. *. *, and ***@***. *. * in the System for Award Management (SAM) database is required for any future solicitation. This notice is for information and planning purposes only and is not a request for proposals.
The anticipated period of performance for the TSMS procurement of TI28 and TINEXT is from 30 September 2027 to 30 September 2035.
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 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. The respondents must be able to field the key personnel in attachment 3 of this notice.