Theater Mission Planning Center (TMPC) FY 25 Product Upgrades Delivery Order via Basic Ordering Agreement (BOA) N00019-21-G-0010
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Mar 11, 2024 02:19 pm EDT
- Original Response Date: Mar 26, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 10, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1427 - GUIDED MISSILE SUBSYSTEMS
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: Chantilly , VA 20151USA
Description
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to enter into sole source negotiations and subsequently award a Cost Plus Fixed Fee contract to Peraton Technology Services Incorporated (Peraton); Chantilly, VA via a Delivery Order under the Basic Ordering Agreement (BOA) N00019-21-G-0010. The delivery order will be a one-year base period. This delivery order provides system engineering, software engineering, documentation, test, installation, training, cybersecurity, delivery, and sustainment of Theater Mission Planning Center (TMPC) subsystems. TMPC subsystems include Mission Distribution System (MDS), TMPC Communications System (TCOMMS), TCOMMS Communications Interface Processor (TCIP), TCIP Web Graphical User Interface (GUI), TMPC Distribution Manager (TDM), TMPC Operations & Status Tool (TOST), Intelligence Situational Awareness Tool (ISAT), TMPC Enterprise Database (TED), Tasking Management Service (TMS), CPS Tasking Management (CTM) and CPS Mission Planning Package (MPP) Library software and hardware. This delivery order includes requirements analysis, design, prototyping, development, integration, documentation, training, test, performance analysis, delivery, and installation while adhering to all cybersecurity standards and regulations.
This contract is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. Peraton has been the sole developer and maintainer for multiple TMPC subsystems initially awarded pre-milestone II (B) in 1990 through a competitive selection as part of the TMPC upgrade program. Peraton has been providing continued development, delivery and sustainment necessary to improve system reliability, responsiveness, usability, and incorporation of changes required to maintain compatibility with other systems (i.e. changes to imagery formats, geo-spatial databases, etc.). Award of this follow on requirement to any source other than Peraton would result in unacceptable delays to planned and scheduled work already in progress for TMPC subsystems that must be accomplished to meet TMPC and TWS IOC milestones. Introducing a replacement for Peraton would be detrimental to the program’s ability to effectively continue development, delivery and sustainment of currently deployed systems at 189 sites worldwide.
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 delivery order 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 Chelsea Mock at chelsea.l.mock2.civ@us.navy.mil using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact Peraton directly.
Inquiries may be emailed to Chelsea Mock at Chelsea.l.mock2.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
Primary Point of Contact
- Chelsea Mock
- chelsea.l.mock2.civ@us.navy.mil
- Phone Number 3013426446
Secondary Point of Contact
History
- Apr 10, 2024 11:55 pm EDTPresolicitation (Original)