N66001-26-R-0039: Notice of Intent to Award Sole Source to Peraton, Inc.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
This synopsis is hereby issued in accordance with FAR Part 5.201. Naval Information Warfare Center Pacific (NIWC Pacific) hereby publicizes its intention to solicit on a sole source basis and negotiate under FAR part 15, award of a cost-plus fixed fee contract with Peraton, Inc. (CAGE: 0HD54). The Government s requirement will provide Expeditionary Unmanned Systems (ExUS) Operations and Fleet Support Representative (FSR) Support at NIWC Pacific and Fleet commands which have fielded MK 18 systems. Operations support includes the operation and maintenance of MK 18 UUV systems, mission support equipment, and 11M Rigid Hull Inflatable Boats (RHIBS). Support will include test and evaluation operations at NIWC Pacific and to forward deployed Fleet Explosive Ordnance Disposal (EOD) Expeditionary Mine Countermeasures (ExMCM) companies. FSR support includes critical on-site operations, maintenance, and training support for fielded MK 18 systems. The NAICS code is 811210 - Electronic and Precision Equipment Repair and Maintenance and the small business size standard is $34 million.This notice is not a request for proposals. Further, this notice is anticipatory in nature, and not binding on the Government. However, any firm believing that it can fulfill the requirement described above may identify its interest and capabilities in response to this synopsis. Submitted capability statements must clear describe the firm s ability to be responsive without compromising the quality, accuracy, and reliability of the services to be provided. Capability statements, comments, questions, or concerns regarding this notice may be submitted via email to mara.s.gomez.civ@us.navy.mil only. A determination by the Government not to compete based upon responses to this notice is solely at the discretion of the Government. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered UEID and CAGE Code numbers. Anticipated Contract Award Date: by June 2026Anticipated Acquisition Strategy: Sole Source Contractor: Peraton, Inc. Contract Type: Cost-Plus-Fixed-Fee Product Service Code: PSC - J059 - Maint/Repair/Rebuild of Equipment- Electrical and Electronic Equipment ComponentsNAICS Code: 811210, Electronic and Precision Equipment Repair and Maintenance Size Standard: $34 million.