This is a Request for Information (RFI) as defined in FAR 15.201(e). Naval Surface Warfare Center (NSWC), Port Hueneme Division (PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for Technical Insertion 16 Sustainment (TI-16). This includes the limited manufacture, assembly, and testing of TI-16 equipment spares; associated engineering services, procurement, and harvesting; and installation of Ordnance Alteration Kits and related products for the Digital Engineering Department of NSWC PHD, Port Hueneme, CA.
The Technical Insertion (TI) program has its origins in 2004 under the management of Program Executive Office Integrated Warfare Systems (PEO IWS) 6.0 as an enterprise approach across surface Navy combat systems to introduce powerful display, processing, and storage as part of a general thrust to achieve a modular and open architecture design. In 2012, management of the TI-12 initiative transitioned to PEO IWS 1.0, where it became an integral part of the Aegis Modernization and new construction Guided Missile Destroyer programs and continued to serve other surface ship combat system requirements as well. In 2015, the enterprise approach continued with TI-16 to introduce the latest commercial-off-the-shelf (COTS) and open architecture design for Navy Combat Systems in the 2018 timeframe.
Responses to this RFI will be utilized to determine if there are multiple sources capable of performing this requirement. Responses to this RFI will also be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 334118 in accordance with FAR 52. 219-14 Limitations on Subcontracting. Small Business concerns are reminded that in performance of contracts awarded under Small Business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern. The award is anticipated to be Cost-Plus-Fixed-Fee type contract, and the estimated award date for this contract is August 2027.
Interested parties shall address the following in their RFI submissions:
1. COMPANY INFORMATION
(a) Company name, Address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code.
(b) Company designated representative name(s) and point(s) of contact, including phone number and email address.
(c) Company size status under the applicable NAICS (e.g., 8(a), HUB Zone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.)
2. CAPABILITY STATEMENT
Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of Attachment 1, statement of work (SOW):
(a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW;
(b) The contractor's technical ability to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for personnel with its own employees.
(c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the SOW. for the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability.
(d) The contractor’s ability to obtain a Secret Clearance for personnel.
(e) Please explain your process in detail of the steps you would take after receiving a request from the U.S. Navy on the awarded contract to have a hardware or software system delivered on time to meet a U.S. Navy ship on arrival at its port visit for installation of the items shipped.
Note: demonstration of the ability to manage, technical ability, and capacity may include describing the same or similar relevant performance; however, this does not limit the interested parties' approach to demonstrate their capability.
In addition to addressing the items listed above, respondents are encouraged to provide feedback and questions regarding the feasibility or challenges of performing the work described.
The information contained herein is based on information available at the time of publication, is subject to revision, and is not binding upon the Government.
Please submit responses or questions regarding this requirement via email to the
Contract Specialist at karla.d.facio.civ@us.navy.mil with a copy to the Contracting Officer at wesley.m.whisner.civ@us.navy.mil by 2:00 PM Pacific Standard Time on 11 February 2026.
The Government will not compensate any respondents of this sources sought for any information received or any costs incurred in preparing information for, participating in meetings with, or engaging in discussions with the Government.
Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.
This sources sought is issued for informational and planning purposes only and does not constitute an Invitation for Bids, a Request for Quotations, or a Request for Proposals, and should not be construed as a commitment by the Government to issue a formal solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this sources sought will become the property of the United States Government.