Opportunity

SAM #N00019-25-RFPREQ-WPM281-0362

Sole Source IDIQ for TMPC Subsystems to Tapestry Solutions (OEM for Tomahawk Planning System)

Buyer

Naval Air Systems Command

Posted

March 25, 2026

Respond By

April 09, 2026

Identifier

N00019-25-RFPREQ-WPM281-0362

NAICS

541330, 541512

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD, intends to award a sole source IDIQ contract to Tapestry Solutions, Inc. for TMPC core subsystems. - Government Buyer: - Naval Air Systems Command (NAVAIR), Headquarters at Patuxent River, MD - OEM Highlight: - Tapestry Solutions, Inc. (St. Louis, Missouri) is the Original Equipment Manufacturer (OEM) for the Tomahawk Planning System (TPS) and embedded TPS (eTPS) - Scope of Work: - Continued development, delivery, and sustainment of Theater Mission Planning Center (TMPC) subsystems - Includes support for Tomahawk Planning System (TPS) and embedded TPS (eTPS) - Unique Requirements: - Sole source justification: Tapestry is the only source with proprietary technical data, software source code, and specialized expertise - No specific products, part numbers, or quantities listed - Contract Structure: - Indefinite Delivery/Indefinite Quantity (IDIQ) contract - Base year plus four option years - Place of Performance and Delivery: - NAVAIR Headquarters, Patuxent River, MD (contracting office) - Tapestry Solutions, St. Louis, MO (place of performance)

Description

Description: The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to negotiate and award a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Tapestry Solutions, Inc. (Tapestry); St. Louis, Missouri, for the continued development, delivery, and sustainment of Theater Mission Planning Center (TMPC) subsystems. The contract duration will consist of a base year and four (4) option years with an estimated start of Quarter 1 of Fiscal Year (FY) 27.

Tapestry is the Original Equipment Manufacturer (OEM) for the Tomahawk Planning System (TPS) and embedded TPS (eTPS).

This proposed contract effort is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. In accordance with Federal Acquisition Regulation (FAR) Subpart 6.103-1(c)(2)(ii), award of this follow-on requirement to any source other than Tapestry would result in unacceptable delays. As the OEM, Tapestry is the only source with the requisite in-depth knowledge and access to the proprietary technical data, software source code, and specialized expertise required to perform this effort without unacceptable delays.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of Austin Gunther at austin.m.gunther2.civ@us.navy.mil using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact Tapestry directly.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in