Sole Source to Persistent Systems LLC for Persistent System Radios Per Attachments
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 Department of the Navy, Naval Surface Warfare Center (NSWC) in Panama City Beach, FL, is conducting a sole source procurement for Persistent System Radios and associated components from Persistent Systems LLC. This action is justified due to Persistent Systems being the Original Equipment Manufacturer (OEM) and sole distributor for these critical replacement parts, ensuring system compatibility and avoiding performance degradation. Responses are due by April 8, 2026.
Scope of Work
This procurement is for various Persistent Systems radio components required to maintain existing systems. Key items include:
- Embedded Module Systems (Qty: 25)
- BAS RF Modules (Qty: 25)
- Wave Relay® MPU5 & Battery (Qty: 5)
- High Power Sband RF Modules (Qty: 5)
- GPS 13dBi Antennas (Qty: 5)
- S 2.1-2.5GHz 2.15dBi RP-M Sprg Antennas (Qty: 10)
- Ant Hpol S-Band Dis 1.4 dBi GN (Qty: 5)
- Gen5 Lithium Ion Twist Lock Batteries (Qty: 5)
- Various MPU5 cables and adapters (Qty: 5 each)
- Dual PTT Systems (Qty: 5)
- Personal Transport for MPU5 (PT5) (Qty: 2)
- MPU AC-DC Battery Eliminator PWR 90W (Qty: 2)
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Sole Source)
- Product/Service Code: 7G20 - Legacy Analog Voice Communications Equipment
- Set-Aside: Not applicable (Sole Source Justification under FAR 6.302-1(a)(2)(iii)(B))
- Acquisition Procedure: Simplified Acquisition Procedures
- Estimated Value: Greater than $350,000 but less than $9M
- Response Date: April 8, 2026, 4:00 PM EDT
- Published Date: April 2, 2026
Justification Rationale
The sole source award to Persistent Systems LLC is based on their status as the OEM and sole distributor in the U.S. for these specific items. The components are essential replacements for existing systems, and using non-OEM parts could lead to interface issues, equipment damage, and performance degradation. Market research was not conducted as Persistent Systems is deemed the only source capable of meeting the Government's needs without unacceptable delays or significant savings from competition.
Evaluation & Submission
All quotes submitted in response to this announcement will be reviewed if received by the close date. The evaluation factors for award will consider price, delivery, quality, and past performance. RFQs must include supporting documents: a Capabilities Statement, Proof of past performance for similar work, and the company's CAGE code.
Contact Information
For inquiries, contact Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil.