POST-PRODUCTION MAINTENANCE SUPPORT OF NAVY TRANSMITTING SET, COUNTERMEASURE (TSC) AN/PLT-4 AND LEGACY CHANNEL SYSTEMS
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.
Quick Summary
The Naval Surface Warfare Center Indian Division (NSWC IHD) is issuing a Sources Sought notice for Post-Production Maintenance Support of Navy Transmitting Set, Countermeasure (TSC) AN/PLT-4 and Legacy Channel systems. NSWC IHD intends to award a sole source, Cost-Plus Fixed Fee (CPFF) contract to Peraton (CAGE 0HD54), as they are the original equipment manufacturer and the only capable vendor. This is not an invitation for competitive proposals, but the Government will consider all responses received. Responses are due by April 30, 2026, at 4:00 PM ET.
Scope of Work
This requirement is for continued post-production maintenance support for current Navy Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) Transmitting Sets, Countermeasure (TSC) AN/PLT-4 systems (Classified II) and Navy CREW fixed installation Legacy Channel systems. The support ensures maintenance for Joint Service CREW operations.
Contract & Timeline
- Type: Sources Sought / Sole Source (Cost-Plus Fixed Fee)
- Intended Awardee: Peraton (CAGE 0HD54)
- Set-Aside: None (Sole Source)
- Response Due: April 30, 2026, 4:00 PM ET
- Published: March 24, 2026
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
- Place of Performance: Indian Head, MD
Evaluation
This acquisition is being pursued on a sole source basis under 10 USC 2304(C)(1) and FAR 6.302-1, citing only one responsible source. While not a request for competitive proposals, the Government will consider all responses to this notice. A determination not to compete is at the Government's discretion.
Additional Notes
No solicitation will be available for this procurement. Interested sources must email their response submissions, including: organization name, address, point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, CAGE Code, and a summary of their company’s capabilities. Contact Jessica Quell (jessica.h.quell.civ@us.navy.mil) or Devon Gormley (devon.m.gormley.civ@us.navy.mil) for inquiries.