Opportunity
SAM #N0018926QD054
Production Services for Navy Strategic Laydown and Dispersal Decision Support Tool (DST)
Buyer
NAVSUP FLC Norfolk
Posted
May 05, 2026
Respond By
April 30, 2026
Identifier
N0018926QD054
NAICS
541511, 541690
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk is seeking production services for the Strategic Laydown and Dispersal (SLD) Decision Support Tool (DST) to support the Navy’s annual SLD Plan. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Contracting Department, Pentagon Directorate - OEMs and Vendors: - Peraton Labs (sole source developer and provider of SLD DST) - Products/Services Requested: - Production services for the SLD DST, including: - Initial development to reach Full Operational Capability - Data and analytics services - Digital tool development and modernization - Initial sustainment and maintenance - Scaling and transition to full production - No specific hardware products or part numbers; focus is on custom software and analytics services - Unique or Notable Requirements: - Sole source award to Peraton Labs, the original developer of the SLD DST prototype - Tool is critical for the Navy’s annual Strategic Laydown and Dispersal Plan, which informs Congressional reporting - Services must support modernization, sustainment, and scaling as the tool transitions to full production - Place of Performance: - Contractor facilities in Arlington, VA - Other government facilities as required
Description
Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Pentagon Directorate intends to acquire, via sole source acquisition, initial development to reach Full Operational Capability of the Strategic Laydown and Dispersal (SLD) Decision Support Tool (DST), to include data and analytics services, digital tool development, modernization, initial sustainment and maintenance, and scaling of the SLD DST as it transitions into full production for the Chief of Naval Operations / OPNAV N52. The Office of the Chief of Naval Operations (OPNAV), Director of Plans and Strategy is responsible to the Chief of Naval Operations (CNO) and the Deputy Chief of Naval Operations for Operations, Plans, Strategy and Warfighting Development for the design of the Navy’s annual Strategic Laydown and Dispersal (SLD) Plan. The annual SLD Plan is a resource-informed dispersal of the fleet approved by Secretary of the Navy (SECNAV) and used to inform Congress. The SECNAV, based on recommendations from the CNO, disperses units of the Navy’s operating forces to locations in a deliberate manner that directly supports Department of Defense (DoD) guidance and policy.
Following the successful delivery of the SLD DST prototype as documented in Determination of Successful Prototype (IWRP-22-LANT-2594, Deliverable 5.6), OPNAV N52 is seeking support to transition the prototype created under IWRP-22-LANT-2594 to an operational production capability under the instant requirement. The operational production of SLD DST capability will support an improved SLD process that includes an integrated and automated quantitative decision management system. The SLD DST tool will generate informed metrics that allow its users to articulate the potential impact of changes to the existing SLD Plan. Changes to the homeport of vessels, loss or gain of installation infrastructure, and the establishment of new commands will be identified and accounted for as changes to the current SLD plan.
It is the intent of the Government to process this procurement under FAR Part 12 and to ultimately award a firm fixed priced (FFP) contract on a sole source basis to the awardee of the Other Transaction prototype project which developed the SLD DST prototype, which is Peraton Labs. This will be the result of the forthcoming solicitation. Performance is anticipated to begin approximately on 1 May 2026.
The statutory authority permitting this sole source action is 10 U.S.C. 4022(f)(2) which allows for the award of a follow-on production contract without the use of competitive procedures when competitive procedures are utilized for selection of the parties to the transaction and the participants in the transaction successfully completed the prototype project provided for in the transaction. The resultant contract will include a base period of twelve (12) months plus one six (6) month option period.
The North American Industrial Classification System (NAICS) Code for the proposed acquisition is 541511 (Customer Computer Programming Services), which has a small business size standard of $34M (in millions of dollars). The resultant solicitation will be issued solely to is Peraton Labs.
Oral communications are not acceptable in response to this notice. The Government will neither award a contract nor pay for information in response to this notice.
Please direct all questions regarding this pre-solicitation synopsis, to Erin Kilrain via email: erin.kilrain.civ@us.navy.mil
RFQ N0018926QD054