Opportunity
SAM #N00019-26-RFPREQ-WPM281-0120
Sole Source IDIQ for TMPC Core Software Subsystems to Peraton
Naval Air Systems Command
March 25, 2026
April 10, 2026
N00019-26-RFPREQ-WPM281-0120
541511, 541330
This opportunity involves a planned sole source contract by the Naval Air Systems Command (NAVAIR) for critical mission planning software systems. - Government Buyer: - Naval Air Systems Command (NAVAIR), headquartered at Patuxent River, MD - OEMs and Vendors: - Peraton Technology Services, Incorporated (Peraton) is the sole OEM and vendor - Products/Services Requested: - Continued development, delivery, and sustainment of Theater Mission Planning Center (TMPC) subsystems - Mission Distribution System (MDS) - TMPC Communications System (TCOMMS) - TMPC Enterprise Database (TED) - TMPC Operations and Status Tool (TOST)/Tasking Management Services (TMS) - Intelligence Situational Awareness Tool (ISAT) - TMPC Logging Services (TLS) - TMPC Microservices - No specific part numbers or quantities are provided - Unique or Notable Requirements: - Peraton is the only source with proprietary technical data, software source code, and specialized expertise for these TMPC subsystems - Award to any other source would cause unacceptable delays - Contract will be an IDIQ with a base year and four option years
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 Peraton Technology Services, Incorporated (Peraton); Chantilly, Virginia, for the procurement of 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.
Peraton is the Original Equipment Manufacturer (OEM) for the Mission Distribution System (MDS), TMPC Communications System (TCOMMS), TMPC Enterprise Database (TED), TMPC Operations and Status Tool (TOST)/Tasking Management Services (TMS), Intelligence Situational Awareness Tool (ISAT), TMPC Logging Services (TLS), and TMPC Microservices.
This contract 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 Peraton would result in unacceptable delays. As the OEM, Peraton 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 Jennifer Davis at jennifer.d.davis1.civ@us.navy.mil using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact Peraton directly.