AN/PLT-4 (Procurement and Post Production Maintenance Support of Navy Transmitting Set, Countermeasure (TSC) and Legacy Channel Systems)

SOL #: N0017426RFPREQW340002Pre-SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC INDIAN HEAD DIVISION
INDIAN HEAD, MD, 20640-1533, United States

Place of Performance

Indian Head, MD

NAICS

Engineering Services (541330)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
May 8, 2026
2
Response Deadline
May 27, 2026, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) intends to award a sole-source contract to Peraton Inc. for post-production maintenance support of Navy Transmitting Set, Countermeasure (TSC) AN/PLT-4 systems and Legacy Channel Systems. This is a presolicitation notice, not an invitation for competitive proposals. Interested parties may submit their capabilities by May 27, 2026, at 4:00 PM EST.

Scope of Work

This requirement covers post-production maintenance support for current Navy Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) Transmitting Set, Countermeasure (TCS) AN/PLT-4 systems and Navy CREW fixed installation Legacy Channel Systems. The services fall under Product Service Code J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components).

Contract & Timeline

  • Type: Presolicitation / Notice of Intent to Award Sole Source
  • Contractor: Peraton Inc. (CAGE 0HD54)
  • Reason for Sole Source: Peraton Inc. is identified as the only company that manufactures, sells, and provides the AN/PLT-4 systems and associated support.
  • Authority: 10 USC 2304(C)(1), as implemented in FAR 6.302-1 (only one responsible source).
  • Duration: Five (5) year period after award.
  • Award Expected: August 2026.
  • Place of Performance: Indian Head, MD.

Response Information

This notice is for informational purposes only; no solicitation will be made available. Interested parties who believe they can meet the requirement must provide:

  • Organization name, address, point of contact, phone number, fax number, e-mail address.
  • Business size, taxpayer identification number, DUNS number, and CAGE Code.
  • A summary of their company’s capabilities.

Responses are due via email no later than May 27, 2026, at 4:00 PM EST.

Additional Notes

A determination by the Government not to compete this requirement is solely within the discretion of the Government. This is not a request for competitive proposals.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 8, 2026