Theater Mission Planning Center (TMPC) FY26 Product Upgrades Delivery Order via Basic Ordering Agreement (BOA) N00019-21-G-0010
ID: N00019-25-RFPREQ-WPM281-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Engineering Services (541330)

PSC

GUIDED MISSILE SUBSYSTEMS (1427)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to award a sole-source Cost Plus Fixed Fee Contract to Peraton Technology Services, Inc. for the Theater Mission Planning Center (TMPC) FY26 Product Upgrades. This procurement aims to enhance systems engineering, software development, training, and sustainment for various TMPC subsystems, which are critical for military operations and have been supported by Peraton since 1990 across 189 global sites. The decision to sole-source is based on the necessity to maintain system effectiveness without delays that could arise from competition, and interested parties may express their capabilities in writing by March 22, 2025, to the designated contacts, Austin Gunther and Jacob Leitch, via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air Systems Command (NAVAIR) is planning to award a sole-source Cost Plus Fixed Fee Contract to Peraton Technology Services, Inc. for the Theater Mission Planning Center (TMPC) FY26 Product Upgrades. This delivery order under Basic Ordering Agreement N00019-21-G-0010 includes systems engineering, software development, training, and sustainment of various TMPC subsystems essential for military operations. The decision to sole-source is justified under 10 U.S.C. 2304 (c)(1), stating that Peraton is the only responsible source due to its historical role as the sole developer since 1990 and its ongoing support for these systems across 189 global sites. Competing with another provider could delay critical upgrades needed to maintain system effectiveness. While this notice is not a request for competitive proposals, nearby interested parties can express their capabilities to potentially influence government procurement decisions. All responses must be submitted in writing by March 22, 2025, to the designated point of contact. Overall, this document outlines a significant government initiative to ensure continued operation and enhancement of pivotal military systems while adhering to cybersecurity standards and regulations.
    Similar Opportunities
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.
    NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.
    Notice of Intent to Sole Source - L3Harris Technologies, Inc.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Atlantic, has issued a presolicitation notice regarding a sole source procurement for L3Harris Technologies, Inc. This opportunity involves acquiring specialized services categorized under Other Computer Related Services, which are critical for supporting the Navy's IT and telecommunications needs. The procurement is essential for maintaining operational capabilities and ensuring the effectiveness of defense systems. Interested parties can reach out to Contract Specialist Teaira Hawley at teaira.l.hawley.civ@us.navy.mil or by phone at 757-541-5296 for further details.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    Notice to make Sole Source Award
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is issuing a special notice for a sole source award related to critical components for refrigeration-cargo plants and air conditioning systems on Navy ships. The procurement is focused on items from Trident Maritime Systems, which are essential for maintaining the integrity and safety of perishable cargo, necessitating the use of original equipment manufacturer (OEM) parts due to their proprietary nature and mission-critical roles. This acquisition underscores the urgency and uniqueness of the required components, with a certification emphasizing the need for timely delivery to avoid mission impact. Interested parties should note that the procurement process adheres to FAR 13.106-1(b)(1)(i), allowing for solicitation from a single source, and further inquiries can be directed to the appropriate contracting office.
    N66001-25-Q-6068 - Notice of Intent to Award Sole Source Order to Axiom Consulting Group LLC.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to award a sole source contract to Axiom Consulting Group LLC under the notice N66001-25-Q-6068. This procurement focuses on custom computer programming services, which are essential for supporting various defense-related projects and initiatives. The services provided will likely enhance operational efficiency and effectiveness within the Navy's technological framework. Interested parties can reach out to Contract Specialist Dane J Black at dane.j.black.civ@us.navy.mil or by phone at 619-992-2150 for further information regarding this opportunity.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    Standard Portable Electronic Maintenance Aid Cyber Solution
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to negotiate a sole source contract with Ricardo Defense, Inc. for the Standard Portable Electronic Maintenance Aid Cyber Solution (SPECS) IT support. This procurement aims to secure IT product support, cybersecurity maintenance, and configuration updates for the SPECS solution, with deliverables including monthly cybersecurity packages and quarterly maintenance services. The contract will be awarded on a firm fixed-price basis, justified under 10 U.S.C. 3204(a)(1) due to the necessity of a single responsible source, although the government will consider responses received within 15 days, indicating potential flexibility in evaluating competition. Interested parties can reach out to Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or by phone at 732-672-9186 for further inquiries.
    16--SBC 2 DUAL CORE XEO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure 38 units of the 16--SBC 2 Dual Core XEO, which requires repair or modification. This procurement is governed by specific engineering source approval requirements to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract action is intended for a sole source award under FAR 6.302-1, with a 45-day window for interested parties to express their interest and capability to meet the requirements. For further inquiries, interested vendors can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.