Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
ID: M67854-25-I-0050Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for software development and sustainment support for the U.S. Marine Corps (USMC) Theater Battle Management Core Systems (TBMCS) 2.0. It emphasizes the engineering and implementation of software solutions that are compatible with existing systems while addressing modern software development practices. Key points include the need for quarterly releases, adherence to cybersecurity compliance, and comprehensive program management, including data management, configuration control, quality assurance, and logistics. The document specifies the roles and responsibilities of the contractor, which include facilitating communication, hosting meetings, and collaborating closely with the government on technical issues. It mandates the use of security clearances and ensures compliance with various Defense and Marine Corps directives. The PWS details the necessity for different technical reviews to validate requirements and readiness, defined lifecycle models, and specific delivery expectations for software packages and documentation. Overall, the PWS aims to ensure effective program management and technical execution for TBMCS enhancements, facilitating improved joint air warfare command and control capabilities while maintaining compliance with governmental cybersecurity and logistical standards.
    The Marine Corps Systems Command (MARCORSYSCOM) has issued a Request for Information (RFI) to explore market capabilities for the Theater Battle Management Core Systems (TBMCS) software integration and lifecycle support. This RFI is part of their market research under Federal Acquisition Regulation (FAR) and aims to assist in the development of an acquisition strategy for software services. Interested contractors are invited to submit a statement of interest alongside information demonstrating their capabilities and relevant experience, including citations of similar work and estimated costs. The objective is to identify sources that meet the software engineering support needs as outlined in the draft Performance Work Statement (PWS). Respondents must provide detailed capability statements, customer citations, and an estimated pricing model for the initiative. MARCORSYSCOM highlights that this RFI does not obligate the Government to procure or award contracts, and all submissions must adhere to proprietary information guidelines. Additionally, responses must be submitted by March 17, 2025, in specified formats to designated contacts within the organization. The RFI emphasizes the importance of understanding software development environments and acquisition pathways in line with Department of Defense protocols.
    Similar Opportunities
    Operational Command and Control & Battle Management System supporting the Space Tasking & Joint Targeting Cycles
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the development of an Operational Command and Control & Battle Management System to support the Space Tasking and Joint Targeting Cycles. This initiative aims to enhance operational capabilities by providing a robust framework for command and control, which is critical for effective military operations in space. Interested parties are encouraged to submit proposals that include a detailed project schedule, concept description, estimated yearly costs, and proposed contract structure, ensuring alignment with government requirements. For further inquiries, potential respondents can contact Byron Irving at byron.irving@spaceforce.mil or Tyler Dalton at tyler.dalton@spaceforce.mil, with the opportunity taking place in El Segundo, California.
    TCS MS Increment II Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information through a Sources Sought notice for the TCS MS Increment II project, aimed at enhancing engineering services related to small craft. This opportunity invites qualified contractors to provide insights and capabilities that align with the objectives of the Marine Corps Systems Command (MARCORSYSCOM), which plays a critical role in ensuring operational readiness and effectiveness of military assets. Interested parties must be aware of the requirements for handling Controlled Unclassified Information (CUI), as outlined in the accompanying Non-Disclosure Agreement, which emphasizes the importance of safeguarding sensitive information. For further inquiries, interested vendors can contact Brittney Moore at brittney.moore@usmc.mil or Taylor Neal at taylor.n.neal@usmc.mil.
    Tiger Server
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a TIGER Tactical Data Link Server, which includes multilink software. This contract is specifically set aside for small businesses, particularly those owned by service-disabled veterans, and outlines detailed requirements regarding delivery, acceptance, warranties, and payment methods via the Wide Area Workflow (WAWF) system. The server is crucial for enhancing tactical data link capabilities within military operations, ensuring compliance with federal acquisition regulations and Navy-specific requirements. Interested vendors must submit their proposals by noon on March 10, 2025, and can direct inquiries to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886.
    Software Development Support of Condition Based Maintenance Plus Enterprise Systems
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking contractors to provide software development support for Condition Based Maintenance Plus (CBM+) enterprise systems. The procurement aims to enhance the Navy's maintenance programs for ships and submarines through various non-personal services, including software engineering, technical support, and cybersecurity measures. This initiative is crucial for improving operational effectiveness and reducing equipment downtime by leveraging advanced maintenance support systems. Interested parties can contact Brendan Heasley at brendan.t.heasley.civ@us.navy.mil or call 445-456-1295 for further details regarding this opportunity.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    TACTOM Obsolescence Mitigation
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the TACTOM Obsolescence Mitigation project, aimed at addressing the obsolescence issues related to guided missiles. This procurement is critical for ensuring the continued operational effectiveness and reliability of missile systems, which play a vital role in national defense. The place of performance for this contract will be at Joint Base Andrews in Maryland, and interested parties can reach out to Marilyn Miller at marilyn.m.miller18.civ@us.navy.mil or Diana Harritt at DIANA.K.HARRITT.CIV@US.NAVY.MIL for further information. The notice is currently in the presolicitation phase, and specific deadlines for proposals will be outlined in subsequent announcements.
    Bidders' Library - Tactical Air Control Party (TACP) Mobile Communications System-Universal (MCS-U)
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified contractors for the Tactical Air Control Party Mobile Communications System-Universal (MCS-U) program. This initiative aims to enhance mobile communications and command capabilities for Air Force Special Warfare teams, providing interoperable and platform-agnostic communication solutions that integrate voice, data, and video through a robust mesh network. The MCS-U is critical for modernizing military communication systems to support diverse battlefield contexts. Interested parties are encouraged to participate in an Industry Day on October 8-9, 2024, at Hanscom Air Force Base, Massachusetts, where they can engage in discussions about the acquisition process and requirements. For further inquiries, potential bidders can contact Denis Grenier at denis.grenier@us.af.mil or Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil.
    Theater Mission Planning Center (TMPC) FY26 Product Upgrades Delivery Order via Basic Ordering Agreement (BOA) N00019-21-G-0010
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to award a sole-source Cost Plus Fixed Fee Contract to Peraton Technology Services, Inc. for the Theater Mission Planning Center (TMPC) FY26 Product Upgrades. This procurement aims to enhance systems engineering, software development, training, and sustainment for various TMPC subsystems, which are critical for military operations and have been supported by Peraton since 1990 across 189 global sites. The decision to sole-source is based on the necessity to maintain system effectiveness without delays that could arise from competition, and interested parties may express their capabilities in writing by March 22, 2025, to the designated contacts, Austin Gunther and Jacob Leitch, via their respective emails.
    Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE) - Contractor Logistics Support (CLS) and Production
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking contractors to provide Contractor Logistics Support (CLS) and production services for the Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE). The procurement aims to sustain the operational capabilities of the CMBRE system, which supports over 18 weapon systems, ensuring effective verification and reprogramming functionalities essential for military readiness. This multi-year contract, structured as an Indefinite-Delivery, Requirements “D” type, spans five years and includes various task orders for production and repair services, with a proposal submission deadline extended to April 20, 2025. Interested parties can reach out to Ashley Wynn at ashley.wynn.1@us.af.mil or Benjamin Wilton at benjamin.wilton@us.af.mil for further details.
    Joint Interoperability of Tactical Command and Control Systems (JINTACCS)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide engineering services for the Joint Interoperability of Tactical Command and Control Systems (JINTACCS) project at Camp Pendleton, California. The procurement aims to enhance interoperability analysis, standards development, and certification testing for Command, Control, Communications, Computers, and Intelligence (C4I) systems, which are critical for effective military operations. Interested contractors must adhere to a structured submission process, including the provision of various technical reports and compliance with Department of Defense directives, with proposals due by 12:00 PM PST on March 27, 2025. For further inquiries, potential bidders can contact Eric Russell at eric.russell@usmc.mil or Marlanea Kirkbride at marlanea.kirkbride@usmc.mil.