TIH 28/30/32
ID: N0025326R7001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

FIRE CONTROL DESIGNATING AND INDICATING EQUIPMENT (1260)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.

    Files
    Title
    Posted
    The Industry Day presentation outlines the Technology Insertion Hardware (TIH) 28/30/32 procurement, aiming to modernize submarine combat systems for the USN and Royal Australian Navy. This initiative seeks to standardize technology updates, minimize obsolescence, and achieve cost savings through rapid COTS insertion. The procurement will be a full and open competition, resulting in a 9-year IDIQ contract with CPIF for engineering and FPI for production. The projected RFP release is December 2025, with an anticipated contract award in Spring 2027. The presentation also details the SWFTS Re-architecture, emphasizing commonality and decoupling hardware from software to accelerate capability fielding. Draft RFP sections, including evaluation criteria and sample task requirements, were provided for industry feedback.
    The Industry Day briefing for Technology Insertion Hardware (TIH) 28/30/32 outlined a full and open competition for an IDIQ contract, aiming to procure the latest generation hardware for Team Submarine platforms. This initiative supports the Rapid COTS Insertion (RCI) goals of maintaining technological pace, minimizing obsolescence, and standardizing updates for the USN and Royal Australian Navy submarine fleets. The procurement will cover computer processing, memory, data storage, and I/O interfaces, with anticipated components including upgrade kits, enclosures, and full-up systems for various submarine classes. The contract type is an IDIQ with CPIF for engineering services and CPIF/FPI for hardware production, with a projected nine-year period of performance. The RFP is expected in November 2025, with an award in Spring 2027. The PEO UWS Technology Insertion process, including the SWFTS Re-architecture, aims to decouple hardware and software for quicker modernization and capability fielding.
    The document addresses key questions related to a government contract, likely an RFP or similar solicitation, focusing on engineering support, prime contractors, and fee structures. The government confirms that Field Engineering (FE) install support for both new and existing platforms will be part of this contract, including provisions for addressing design discrepancies during installation. While encouraging all interested contractors to propose, the government currently does not plan to separate requirement elements for small business set-asides but encourages small businesses to participate as subcontractors or primes. The government is open to considering an incentive fee structure based on delivery schedule, departing from the cost-based structure used in a previous solicitation (TI-26), and invites suggestions for such a model. Leonardo DRS is identified as the current prime contractor for this contract.
    This document lists companies interested in subcontracting opportunities and companies seeking subcontractors, detailing their capabilities and contact information. Rite-Solutions, Daisy Data Displays, Inc., and NAG Marine are interested subcontractors. Daisy Data Displays, Inc. offers rugged military displays, PCs, HMIs, and MIL-STD qualified electronics with US-based manufacturing and various certifications. VTG is seeking subcontractors for Digital & Software, Engineering & Analytics, and C5ISR Modernization & Sustainment. The document serves as a networking tool for federal government RFPs, grants, and state/local RFPs, facilitating partnerships between prime contractors and specialized subcontractors in the defense and aerospace sectors.
    This document lists companies interested in subcontracting opportunities and those seeking subcontractors, likely in the context of government RFPs or grants. Rite-Solutions, represented by Laurie Carter, offers capabilities in Digital & Software, Engineering & Analytics, and C5ISR Modernization & Sustainment. Daisy Data Displays, Inc., with contacts Gregory Dubin and Michael Hadaway, specializes in Rugged Customized Military Displays, PCs, and HMIs optimized for Aerospace and Defense Applications. VTG, represented by Ryan Reed and Tom Lydon, is a company seeking subcontractors. The document provides contact information, including emails and phone numbers, for the listed company representatives and outlines the capabilities offered by the interested subcontractors.
    Lifecycle
    Title
    Type
    TIH 28/30/32
    Currently viewing
    Presolicitation
    Similar Opportunities
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Unmanned Maritime Systems Support (UMSS). This procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with an eight-year ordering period, and the anticipated release of the final RFP is no earlier than October 15, 2025. Interested firms can find more information and updates on the solicitation by visiting the Procurement Integrated Enterprise Environment (PIEE) website or contacting Paige Miller at paige.r.miller5.civ@us.navy.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    2027 Flight Test Instrumentation (FTI)Development, Production, Support, and Installation
    Buyer not available
    The Department of Defense, specifically the Strategic Systems Programs (SSP) under the Department of the Navy, is conducting market research through a Sources Sought Notice for the development, production, support, and installation of Flight Test Instrumentation (FTI) systems for the fiscal year 2027. The procurement aims to secure engineering services that encompass maintenance, operation, logistics support, and life cycle management for FTI systems utilized in various flight tests, including those for the Trident II and Nuclear-Armed, Sea-Launched Cruise Missile (SLCM-N). This initiative is critical for ensuring the reliability and effectiveness of strategic weapons systems, as it involves advanced engineering support, system upgrades, and collaboration with other agencies to enhance operational capabilities. Interested firms must submit their White Paper Capability statements by December 17, 2025, to SPN208@ssp.navy.mil, demonstrating their qualifications and relevant experience in similar projects.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    20--TILE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of TILE, with a focus on item unique identification and valuation. The contract requires the manufacture and quality assurance of DURA 1 tiles, which are critical components used in naval applications, necessitating compliance with stringent military specifications and quality standards. The procurement includes a first article approval process and production lot testing, with a delivery timeline of 150 days after contract award. Interested vendors should contact Alison Bruker at 717-605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, with proposals due by December 19, 2025.