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
    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.
    Battle Management and Mission Autonomy (BMMA) Software Platforms
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking information on Battle Management and Mission Autonomy (BMMA) Software Platforms through a Request for Information (RFI). The objective is to gather insights on software solutions that support Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) capabilities, focusing on mission autonomy for unmanned systems, multi-domain command and control, and sensor fusion. This initiative is crucial for enhancing operational effectiveness in military missions, leveraging advanced technologies such as edge AI and real-time data fusion. Interested vendors must submit their responses by December 15, 2025, and direct any inquiries to Kristin Height or Robin Delossantos via email by December 8, 2025.
    TEAMS BMDS CSM/CND Contract Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to extend the TEAMS BMDS CSM/CND contract, which involves professional engineering and technical support services. This contract extension is crucial for maintaining and enhancing the capabilities of the Ballistic Missile Defense System (BMDS) and ensuring the effectiveness of the associated command and control systems. The performance will take place at Redstone Arsenal in Alabama, and interested parties can reach out to Lauren Travis at lauren.travis@mda.mil for further details. The specific funding amount and deadlines are not disclosed in the available information.
    Broad Agency Announcement for Advanced Battle Management Systems (ABMS)
    Buyer not available
    The Department of Defense, through the Air Force Lifecycle Management Center (AFLCMC), is issuing a Broad Agency Announcement (BAA) for the Advanced Battle Management Systems (ABMS) initiative, aimed at developing innovative technologies to enhance Joint All-Domain Command and Control (JADC2) capabilities. This opportunity seeks proposals that focus on integrating various technologies to improve operational efficiency and information delivery across multiple military domains, addressing the need for advanced surveillance, communications, and battle management systems. The BAA will remain open until December 31, 2026, with individual calls for proposals issued periodically, and interested parties are encouraged to contact Marcus Green at marcus.green.7@us.af.mil or Wesley Livesay at wesley.livesay@us.af.mil for further information. The initiative emphasizes collaboration with industry partners and aims to leverage cutting-edge technologies to ensure U.S. military superiority in contested environments.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    70--MCU BS2 MODE2V1.1.2, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the MCU BS2 MODE2V1.1.2. This procurement involves comprehensive repair services, including teardown and evaluation of the equipment, with a requirement for a firm-fixed price quote for the full repair effort within 90 days of receipt. The MCU BS2 MODE2V1.1.2 is critical for operational readiness in naval applications, necessitating adherence to strict quality and inspection standards as outlined in the solicitation. Interested contractors should direct inquiries to Abigail R. Hurlbut at 717-605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide advanced air combat training capabilities, including secure air-to-air and air-to-ground data links, with features such as encryption and enhanced threat environments for various aircraft types. The TCTS II system is designed for both range-tethered and untethered training, ensuring interoperability with existing infrastructure and previous TCTS variants. Interested parties should note the tentative schedule, with a draft RFP expected on January 16, 2026, an RFP release on February 4, 2026, and a contract award anticipated by September 24, 2026. For further inquiries, contact Kurt Susnis at kurt.susnis@navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil.
    Recur LINK-16 BOSS SW Support Platinum
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, intends to procure LINK-16 BOSS Software Support Platinum Renewal on a sole-source basis from Curtiss-Wright Defense Solutions. This procurement involves the renewal of an existing maintenance and support subscription, which is critical for the operational capabilities of military communications systems. Interested firms that believe they can fulfill this requirement are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of the notice publication. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.