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
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    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.
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    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.
    20--BLK3 TOWED ARR GROO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the BLK3 Towed Array Grooved Tile, a critical component used in naval operations. The procurement involves the design, manufacture, and testing of specialized tiles that meet stringent military specifications, including First Article Testing and Production Lot Testing to ensure quality and compliance with government standards. This contract is vital for maintaining the operational readiness of naval vessels, as the tiles are integral to advanced sonar systems. Interested contractors must have a valid U.S. Security Clearance and are encouraged to contact Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805 for further details. The closing date for proposals is set for November 17, 2025.
    58--TOWED ARRAY SUBASEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Towed Array Subasem, categorized under the NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves the design, manufacture, and performance requirements for the Towed Array Subasem, which is critical for underwater sound equipment applications, particularly in naval operations. The solicitation includes specific quality assurance measures, such as First Article Testing and production lot testing, and emphasizes compliance with various military specifications and standards. Interested vendors must submit their proposals by February 27, 2026, and can direct inquiries to Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding the Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to provide eligible foreign customers with access to a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure. The contract will cover various support areas such as program management, engineering, and OCONUS maintenance, with a focus on specific regions including Egypt, Iraq, and the Philippines. Interested parties must submit their notice of interest by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, with further details available in the draft statement of work and associated documents.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    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.
    DT-511C and DT-592D Hydrophones and Spare Parts
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves establishing a five-year indefinite delivery/indefinite quantity (ID/IQ) contract on a Firm Fixed Price (FFP) basis, requiring the contractor to design, manufacture, test, and deliver up to three First Article Hydrophones and up to 650 production hydrophones, along with up to 100 spare parts for each model. These hydrophones are critical for the Navy's fleet operations, supporting both surface ships and submarines. Interested parties should submit their capabilities and responses by providing company information and a technical white paper, with inquiries directed to Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
    Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) for the development of Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). The procurement aims to enhance the Navy's capabilities in developing and fielding ISR systems that ensure robust communication, surveillance, and security while addressing evolving technological threats. This initiative encompasses a wide range of services, including algorithm development, hardware and software development, systems engineering, and cybersecurity operations, with activities potentially conducted globally and onboard U.S. Coast Guard vessels. Interested firms should note that the solicitation will be available electronically via the PIEE solicitation module, and for inquiries, they can contact Carl Odom at carl.n.odom.civ@us.navy.mil or call 619-553-4454. The contract is expected to be awarded as multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over a seven-year ordering period.