Integrated Booking System (IBS)
ID: TRANSCOM24D010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified contractors to provide technical engineering services and Software Development Life Cycle (SDLC) management support for the Integrated Booking System (IBS). The procurement aims to enhance the operational efficiency of the IBS, which is critical for managing global cargo transportation for the DoD, by migrating the system to a cloud-native computing platform and ensuring compliance with cybersecurity standards. Key milestones include the solicitation issue date on March 12, 2025, with proposals due by March 21, 2025, and a proposed contract award on October 1, 2025. Interested parties can contact Lindsey Mueller at lindsey.n.mueller.civ@mail.mil or Matthew J. Hellmann at matthew.j.hellmann.civ@mail.mil for further information.

    Files
    Title
    Posted
    The United States Transportation Command (USTRANSCOM) has issued a Request for Information (RFI) for an Integrated Booking System (IBS) planned for contract award in 2025. This RFI seeks market insight on technical engineering services, Software Development Life Cycle (SDLC) management support, and related enhancements, including cloud computing and information assurance. The purpose is to gather information to inform acquisition strategies and is purely for planning, not a solicitation of proposals. Responses from interested parties are requested by September 12, 2024, with particular attention to past experiences and capabilities in IT solutions, especially within military and commercial distribution landscapes. The focus includes a range of topics such as agile IT practices, cyber security, migration to cloud environments, and the application of specific AWS services. USTRANSCOM emphasizes the inclusion of various business types, particularly small businesses, to ensure diverse industry engagement. The deadline for inquiries regarding the RFI is September 12, 2024, with an anticipated follow-on contract award around August 2025 after the current contract expires. This RFI serves as a critical step in modernizing transportation management capabilities to support U.S. national defense objectives.
    The document addresses a Request for Information (RFI) regarding government contracting services, specifically inquiring about the potential for a new contract opportunity. It affirms that SAIC is the current contractor under contract HTC711-20-F-D061. Additional details, such as the exact contract value and any potential set-asides for the opportunity, are currently not disclosed as they depend on market research and the unique proposals from offerors. The document highlights that the values associated with the opportunity will be determined by individual proposals rather than provided upfront. This approach reflects the government’s strategy to engage potential contractors in developing tailored solutions while ensuring competitive pricing and service delivery. The purpose of the RFI is to gather preliminary insights and gauge interest, ultimately informing the decision-making process for future contracting actions.
    The Performance Work Statement (PWS) outlines the scope and requirements for the Integrated Booking System (IBS) used by the Surface Deployment and Distribution Command (SDDC) to manage global cargo transportation for the Department of Defense (DoD). The contract focuses on providing technical engineering services, including project management, program support, sustainment, system enhancements, and cloud migration strategies. Key tasks involve regular reporting on project status, maintaining and enhancing the system, ensuring cybersecurity compliance, and managing configuration control. Additionally, the contractor is responsible for providing help desk support, facilitating software development, and executing disaster recovery operations. The PWS emphasizes the importance of adhering to DoD standards and ensuring the IBS operates effectively across multiple environments to support military logistics. Ultimately, this contract aims to enhance operational efficiency and support the strategic transportation needs of the DoD in various operational contexts.
    The document outlines the acquisition strategy for the Integrated Booking System (IBS) under the solicitation HTC711-25-Q-D004 by the Government. It will be open to all under NAICS code 541511, intending to award a firm-fixed price/labor hour task to a contractor capable of fulfilling the IBS support requirements at Scott AFB, IL. The evaluation will follow a subjective best value tradeoff method focusing more on technical capability than price. The evaluation consists of two phases: compliance assessment and technical capability ratings, with successful offerors invited to the second phase. Key milestones include a solicitation issue date of March 12, 2025, and proposals due by March 21, 2025, with a proposed award on October 1, 2025. Submission requirements involve breakdowns of pricing in Excel and detailed technical approaches addressing system sustainment, cloud environments, information assurance, staffing, and transition plans, alongside past performance references. Offerors must demonstrate relevant experience, particularly in agile methodologies, cloud migrations, compliance with Defense Transportation Regulations, and risk management frameworks. This structured approach aligns with government procurement practices, emphasizing thorough evaluation of capabilities and performance history.
    The Performance Work Statement (PWS) outlines the requirements for the Integrated Booking System (IBS) managed by the Surface Deployment and Distribution Command (SDDC). IBS plays a critical role in the Defense Transportation System (DTS) by facilitating the global shipment of cargo for Department of Defense (DoD) operations. The scope of the work involves technical engineering services and software development lifecycle management to support the IBS system. The key areas of focus include project management, sustainment and maintenance, enhancements, cloud environment migration, and information assurance. Activities will encompass delivering status reports, managing contract modifications, ensuring system documentation, and providing help desk support. The contractor will also migrate IBS to a commercial cloud service provider and ensure compliance with cybersecurity and auditing standards. Overall, the PWS aims to enhance the operational effectiveness of IBS, while maintaining high availability and reliability standards, thus supporting the mission needs of the SDDC. The document reflects the government’s commitment to efficient transportation management and the secure handling of military cargo.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    USTRANSCOM SMALL BUSINESS
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    IT and Support Divison Procurement Forecast is now available on USTRANSCOM's website
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM) is announcing the availability of its Procurement Forecast for the IT and Support Services Divisions, which can be accessed on their official website. This forecast outlines anticipated procurement opportunities for fiscal years 2026 and 2027, detailing both the IT and Support Services and Transportation sectors. The information is crucial for businesses looking to engage with USTRANSCOM, as it provides insights into upcoming contracts and service needs. For further inquiries, interested parties can contact the USTRANSCOM Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL or by phone at 618-817-9407.
    Integrated Battle Command System (IBCS) Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking innovative solutions for the modernization of the Integrated Battle Command System (IBCS) to enhance its survivability, adaptability, and supportability. The primary objectives include reducing the system's size, weight, and power (SWaP), improving resilience against detection, and facilitating rapid technology insertions while addressing obsolescence within the current architecture. This modernization effort is critical for the Army's Air and Missile Defense capabilities, aiming to unify various components into a cohesive system that enhances operational effectiveness against evolving threats. Interested parties must submit their Solution Briefs by December 9, 2025, with potential for further evaluation phases, and can contact Leigh Kellstrom at leigh.t.kellstrom.civ@army.mil or David Street at david.w.street.civ@mail.mil for additional information.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.
    CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is issuing a Commercial Solutions Opening (CSO) for Information Technology (IT) Enterprise Modernization (ITEM) Solutions, aimed at acquiring innovative IT solutions and services to enhance its operational capabilities. This solicitation seeks to address mission needs and close capability gaps through a competitive process that encourages a wide range of technical and business solutions, with submissions governed by specific Areas of Interest (AoIs). The CSO will remain open indefinitely, with proposals evaluated based on innovation, responsiveness, potential impact, and prior experience, and may lead to firm-fixed-price contracts or Other Transactions for prototype projects. Interested parties should contact Jonathan Severin at transcom.scott.tcaq.mbx.tcaq-ds@mail.mil for further information and are advised to monitor SAM.gov for updates and specific submission deadlines.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    AppDynamics Software Licenses and Support
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to procure AppDynamics software licenses and support services. This procurement is focused on acquiring perpetual license software that is critical for IT and telecom business applications, ensuring effective performance monitoring and management. The services will be performed at Scott Air Force Base in Illinois, highlighting the importance of maintaining operational efficiency within military logistics and transportation systems. Interested vendors can reach out to Sydney Henderson at sydney.m.henderson.civ@mail.mil for further details regarding this opportunity.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Buyer not available
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    USSOUTHCOM J2 EDA IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.