Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA)
ID: HC104725R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DEFENSE INFORMATION SYSTEMS AGENCYFORT MEADE, MD, 20755-0549, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services. This procurement aims to develop and enhance capabilities for visualizing and analyzing electromagnetic spectrum activities, thereby supporting situational awareness for Joint Electromagnetic Spectrum Operations. The selected contractor will be responsible for software development, testing, and engineering support, utilizing modern methodologies to ensure effective operations and maintenance of the EMBM-J SA system. Interested parties should note that the proposal submission deadline has been extended to April 30, 2025, and for further inquiries, they can contact Kathleen Aguila at kathleen.m.aguila.civ@mail.mil or Mr. Todd Nace at todd.r.nace.civ@mail.mil.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
The document appears to be an information notice related to potential issues with viewing PDF files, specifically suggesting that users may need to update their version of Adobe Reader to access the contents. It emphasizes the importance of having the latest software for optimal viewing and provides links for downloading and assistance. The text also notes trademarks associated with various software and operating systems, indicating a formal notice rather than detailed content. There are no details about RFPs, federal grants, or local proposals as it primarily addresses technical difficulties regarding document access. This lack of substantive content suggests the document is more of a technical support notice rather than a resource for government funding opportunities.
Apr 10, 2025, 9:05 PM UTC
The document outlines a solicitation related to Government Furnished Property (GFP) under a Department of Defense (DoD) contract. It is specifically focused on the procurement of laptops and their accessories for military use. Issued by Todd Nace, the key elements include item specifications, a requisition quantity of 15-20 units at an acquisition cost of $1,500 each, and an attachment date of March 11, 2025. The equipment falls under a consolidated GFP attachment indicating it is non-serially managed. The document highlights requirements for additional item descriptions, manufacturer codes, and part numbers if applicable. Furthermore, it stresses that if certain delivery details are included, all related fields must be filled out. The purpose of this solicitation is to facilitate the acquisition of essential technology to support operational needs within the military, ensuring that procurement processes align with government regulations. This solicitation emphasizes compliance with Federal Acquisition Regulations (FAR) and indicates the strategic approach to fulfill military requirements efficiently.
The provided document is a Non-Disclosure Agreement (NDA) for contractor personnel working with the Defense Information Systems Agency (DISA). Its primary purpose is to prevent unauthorized disclosure of sensitive or proprietary information that might be accessed during the performance of a government contract. The NDA outlines the obligations of the contractor employee regarding confidentiality, including a prohibition on sharing sensitive data, such as financial information, personal data, and operational details, with unauthorized individuals. It emphasizes that the employee must use the information solely for contract performance and must return all proprietary data upon contract completion. The agreement also specifies that these confidentiality obligations persist even after the contract ends, extending until the information is officially released by the government. Additionally, it clarifies that certain legal disclosures, such as to Congress or in cases of law violations, are not restricted by the NDA. The document incorporates various legal frameworks protecting sensitive information, thereby reinforcing the importance of compliance with federal standards. Overall, the NDA serves as a critical tool for maintaining the integrity and confidentiality of government-related information in contracting scenarios.
Apr 10, 2025, 9:05 PM UTC
The document discusses a proposal related to the solicitation HC104725R0003 for Policy, Development, and Operational Support. The Offeror commits to completing 75% of the staffing needs within two weeks and achieving full staffing within 21 calendar days. This proactive staffing strategy is designed to ensure that all employees are fully onboarded by the end of the transition period, effectively minimizing gaps in workforce readiness. The benefit to the government includes streamlined operations and a reduction in delays related to employee acclimatization, thereby enhancing overall efficiency during the project's inception. This promise reflects a commitment to fulfilling contractual obligations promptly, ensuring that the government can rely on a fully staffed team for operational continuity and effectiveness.
Apr 10, 2025, 9:05 PM UTC
The document outlines the Defense Information Systems Agency (DISA) EMBM-J Situational Awareness Request for Proposal (RFP) requirements. Its main purpose is to guide Offerors in providing compliant and detailed pricing proposals through a structured template. The Offeror is responsible for linking calculations, including the Contract Line Item Number (CLIN) structure and associated pricing, ensuring traceability and accuracy throughout the submission. The CLIN structure includes various types of contracts—Fixed Firm Price (FFP) and Cost Plus Fixed Fee (CPFF)—related to operational and engineering support, software development, and other direct costs. Offerors must submit detailed cost breakdowns, including labor rates and indirect costs, across specified contract periods (base and options), along with all necessary supporting documentation. The total proposed price spans various task orders, ultimately summing to over $2.4 million for Option Periods. The document emphasizes the critical importance of ensuring the pricing structure aligns with federal regulations and that all functionality requirements are satisfied. Overall, this RFP is essential for capturing the comprehensive details needed for competitive bidding in defense systems operations.
Apr 10, 2025, 9:05 PM UTC
The document outlines requirements for offerors responding to the solicitation HC104725R0003, specifically regarding the submission of past performance references. Offerors must detail three different contracts by providing key information such as the title, point of contact, agency details, contract type, period of performance, and contract value. For each reference, a brief description of the work performed is also required, demonstrating how these past efforts relate to the proposed work. This structured request helps assess the offerors' relevant experience and capabilities in fulfilling the solicitation's objectives. The focus is on ensuring that offerors can relate their previous contracts to the current proposal, emphasizing the importance of past performance in government contracting.
Apr 10, 2025, 9:05 PM UTC
The document outlines several components of the Electromagnetic Battle Management (EMBM) program under Solicitation HC104725R0003. It highlights key artifacts such as the Capability Design Document (CDD), Concept of Operations (CONOPS), and associated security and systems architecture diagrams. The CDD establishes a partnership between operational sponsors and program managers for collaborative software development. The EMBM-J doctrine illustrates the requirements for material and non-material capabilities in Joint Electromagnetic Spectrum Operations (JEMSO). Additionally, the document elaborates on the system architecture, detailing network topology and service integration expectations. It emphasizes adherence to NGA CORE standards for software teams and outlines the future direction, key features, and timelines relevant to the EMBM-J program. The document's framework supports ongoing resource alignment and stakeholder engagement, while the CONOPS provides an overview of application capabilities, constraints, and operational stakeholders, demonstrating the program's commitment to enhancing joint operational effectiveness in electromagnetic operations. Overall, it serves as a foundational guide for contractors involved in the EMBM initiative.
Apr 10, 2025, 9:05 PM UTC
The Small Business Participation Plan Template is a federal government document aimed at promoting small business involvement in contracts. It requires prime contractors to declare their business size and categorize their participation as large or small, with distinctions for disadvantaged, women-owned, HUBZone, and service-disabled veteran-owned businesses. Contractors must present their total contract value (TCV), detailing the dollar amounts and percentages for themselves and their subcontractors, ensuring that all contributions total 100%. The plan encourages maximum participation from small businesses and mandates specific quantitative requirements for different small business categories, along with explanations for any deficiencies. It outlines the complexity of tasks designated for subcontracting, ranging from low to high technical expertise, and emphasizes the need for enforceable commitments through cooperative agreements or contracts. Furthermore, contractors are guided on how to enhance small business participation, including outreach initiatives and removing barriers for entry, notably by sponsoring facility site clearances. The document emphasizes that contractors are required to guarantee at least two facility site clearances for small businesses within the first year of the contract. Overall, this template supports government efforts to ensure equitable opportunities for small businesses in federal contracting.
The document serves as a Small Business Participation Plan Template, detailing requirements for prime contractors in federal government RFPs. Specifically, it outlines how prime offerors should categorize their business size, specify subcontracting plans with large and small businesses, and report on the participation of various small business categories. Each submission must provide financial details related to total contract value (TCV), ensuring that percentages total 100%. The plan necessitates explanations for any proposed participation goals falling short of minimum quantitative requirements. It emphasizes the importance of leveraging small businesses, requiring prime contractors to sponsor facility site clearances for at least two small businesses within the initial contract year. The document also includes a section on how the offeror plans to encourage small business participation through outreach initiatives and collaborations with small business programs. Additionally, it mandates enforceable agreements to demonstrate commitment toward small business inclusivity. This comprehensive template highlights the government’s goal of maximizing small business involvement in federal contracts, while providing a structured approach to achieve these objectives.
The document pertains to a consent letter required for subcontractors or teaming partners involved in responding to a Defense Information Systems Agency (DISA) solicitation for Joint Electromagnetic Battle Management Situational Awareness Services. It emphasizes the need for subcontractors' consent before the disclosure of their past and present performance information to the prime contractor, as the government cannot share this data without such consent. The letter aims to facilitate the evaluation of past performance during the source selection process, which is increasingly significant for achieving the best value. Subcontractors or teaming partners are instructed to complete and submit the consent letter as part of their Past Performance Volume alongside the proposal. The document is crucial in ensuring compliance with the government's evaluation standards and supporting the contractor's submission for the proposed project.
Apr 10, 2025, 9:05 PM UTC
The DISA Subcontracting Plan Checklist outlines requirements for contractors to meet while preparing subcontracting plans for federal procurement. It includes essential elements such as total subcontracting dollar amounts and percentages allocated to small businesses, including specific categories such as small disadvantaged, women-owned, HUBZone, veteran-owned, and service-disabled veteran-owned businesses. Contractors must provide documentation on the principal supplies and services to be subcontracted, methods for developing subcontracting goals, and plans for promoting equitable opportunities for small businesses. Moreover, the checklist emphasizes record-keeping for compliance, including outreach efforts and responses to subcontract solicitations. Assurances regarding timely payment to small business subcontractors and the necessity of including small business clauses in all relevant subcontracts are also highlighted. The plan must receive approval, ensuring it meets federal acquisition regulations, reflecting the government's commitment to utilizing small businesses in contracting opportunities. Each submission requires appropriate signatures and reviews to evaluate compliance with set standards, culminating in a rating of acceptable or unacceptable based on adherence to these requirements.
Apr 10, 2025, 9:05 PM UTC
The document serves as a response to questions raised regarding the Request for Proposal (RFP) HC104725R0003 for Policy, Development, and Operational Support. It presents a structured format where government responses correspond to specific inquiries related to the RFP. Notably, it mentions a change in location pertinent to the RFP but does not provide further details on the nature of the change or additional questions asked. The content implies ongoing discussions and clarifications critical for potential applicants to understand the RFP's requirements and any adjustments made. The overall purpose of this document is to provide transparency and ensure that vendors have the necessary information to formulate their proposals effectively. Therefore, it highlights the government’s commitment to maintaining clear communication throughout the RFP process.
Apr 10, 2025, 9:05 PM UTC
The document is an official government response to questions raised regarding RFP HC104725R0003 for Policy, Development, and Operational Support. Key clarifications include guidelines on document sharing, with contractors obliged to manage materials according to Joint Certification Program directives while ensuring access is limited to those with a valid need. The proposal deadline is extended to April 23, 2025, and it confirms compliance with Executive Order 14151 for Women-Owned Small Business (WOSB) and Small Disadvantaged Business (SDB) participation requirements. The SDB goal is set at 5% of the total contract value. Furthermore, all subcontractors and teaming partners must complete a Past Performance Consent Letter, and security clearance levels for key personnel are specified. The government emphasizes cybersecurity accreditation requirements for operational environments. The document underscores the government’s commitment to transparency and compliance, ensuring fair opportunities for all offerors while facilitating small business involvement in the bid process. Overall, the responses aim to address concerns and promote equitable participation in the RFP process while upholding regulatory standards.
Apr 10, 2025, 9:05 PM UTC
The document outlines a Request for Proposal (RFP) for the Electromagnetic Battle Management Joint Situational Awareness (EMBM-J SA) program. This government initiative aims to enhance capabilities related to electromagnetic spectrum operations in a dynamic and competitive environment. Key tasks for the contractor include Agile Program Management, Engineering Support, Software Development, and Infrastructure Operations. The contractor will utilize Agile methodologies for systematic development, testing, and delivery of software releases while adhering to cybersecurity protocols. Various optional tasks are also identified, including specialized user support and migration to new operational environments. The RFP emphasizes the importance of interoperability among EMBM-J capabilities and necessitates contractors to integrate modern technology for enhanced situational awareness of the electromagnetic operational environment (EMOE). The document further outlines performance requirements, including quality control, reporting processes, and a focus on staff qualifications. By fostering collaboration with government stakeholders and leveraging existing capabilities, the program aims to achieve superiority in electromagnetic operations while ensuring effective resource management and sustainability throughout the software development lifecycle. Overall, the RFP reflects the government's commitment to maintaining a strategic advantage in managing the electromagnetic spectrum for military operations.
Apr 10, 2025, 9:05 PM UTC
The document outlines Amendment 1 to a federal Request for Proposal (RFP) regarding Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services. Key updates include modifications to various sections, extensions for proposal submissions until April 23, 2025, and adjustments to the List of Documents. The RFP solicits proposals using a best-value evaluation method, focusing on technical and management approaches, past performance, and cost/price analysis. Offerors are instructed to follow specific formats for their submissions, including an executive summary and details of small business participation. Critical aspects include the provision of a detailed Supply Chain Risk Management (SCRM) plan and a commitment to maximize small business utilization, with established minimum quantitative requirements. The document stresses the importance of clear instruction compliance, ensuring all sections are completed to prevent disqualification. This RFP reflects the government’s strategy to procure high-quality, efficient contract services while promoting small business involvement and meticulous evaluation protocols for awarded contracts.
Apr 10, 2025, 9:05 PM UTC
The document outlines Amendment 2 to a federal Request for Proposal (RFP) regarding the Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services contract. Key updates include the extension of the proposal submission deadline to April 30, 2025, and modifications to the Instructions to Offerors concerning electronic submission of documents and communication protocols. The contract employs a best-value, trade-off evaluation method and emphasizes the importance of detailed, compliant proposals. Offerors must provide a comprehensive technical/management approach, a transition plan, and past performance information, highlighting their use of small business participation and supply chain risk management. Specific tasks and estimated workloads across multiple years are outlined, specifying mandatory and optional tasks under the contract. The document reaffirms the necessity for clarity, compliance, and coherence in proposals and sets forth strict guidelines for formatting, submission, and evaluation criteria. In summary, the amendment facilitates a fair evaluation of proposals aimed at enhancing electromagnetic situational awareness capabilities while ensuring compliance with federal procurement regulations.
Apr 10, 2025, 9:05 PM UTC
The document outlines Amendment 3 of a federal Request for Proposal (RFP) regarding Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services, indicating a suspension of the solicitation due to funding constraints. The proposal process utilizes a best-value trade-off evaluation method, focusing on the contractor's capabilities and requiring detailed responses to specific tasks within a structured framework. Offerors must prepare proposals that encompass technical approaches, a transition plan, small business participation, and past performance details, with strict adherence to formatting and submission guidelines. The RFP emphasizes the importance of funding availability, risk management, and capabilities in addressing the objectives of the EMBM-J SA program, including cybersecurity and data fusion from diverse datasets. Additionally, the document sets quantitative goals for small business participation and requires comprehensive plans to ensure compliance. Clear instructions for preparing, submitting, and managing proposals are provided, including guidelines on documentation, page limits, and methods of communication with government officials. This RFP aims to ensure effective competition, enhance small business participation, and secure robust proposals for critical IT services.
Mar 11, 2025, 4:05 PM UTC
The document outlines a Request for Proposal (RFP) for the Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) system, aimed at enhancing situational awareness and operational effectiveness within the United States Department of Defense (DoD). It details various tasks for contractor support services related to Agile program management, engineering support, software development, and operational infrastructure. The primary objectives revolve around developing automated electromagnetic operational environment evaluations and ensuring interoperability across military operations. Key tasks include providing program management support, engineering outreach, and agile software development aligned with Continuous Integration/Continuous Development (CI/CD) methodologies. Optional tasks further include help desk support and migrations to advanced cloud capabilities. The document specifies performance work statements, requirements for quality control, and oversight mechanisms for contractor performance. The need for coordinated electromagnetic operations against peer adversaries highlights the importance of this capability, indicating a strategic focus on maintaining superiority within contested environments. The structure of the RFP emphasizes progressive achievement through incremental development, leveraging existing technologies to fulfill mission objectives, and ensuring a secure, efficient operational framework to support decision-making in military engagements.
Lifecycle
Title
Type
Similar Opportunities
Spectrum Information System (SIS) Sustainment and Enhancement
Buyer not available
The Defense Information Systems Agency (DISA) is seeking proposals for the Spectrum Information System (SIS) Sustainment and Enhancement project, aimed at maintaining and enhancing critical software capabilities within the Global Electromagnetic Spectrum Information System (GEMSIS). The procurement involves sustaining existing operational capabilities, expanding software architecture, and integrating data analytics to support the Department of Defense's (DoD) spectrum operations. This initiative is vital for ensuring the operational readiness and effectiveness of DoD systems, facilitating strategic and tactical electromagnetic spectrum operations. Interested small businesses must submit their Phase One proposals by 12:00 PM ET on April 3, 2025, with a total contract ceiling of $62,364,899 and a minimum guaranteed award of $5,000. For further inquiries, contact Quin Conerly-Anderson at quin.s.conerly-anderson.civ@mail.mil or Ramona Lin at ramona.y.lin.civ@mail.mil.
EMI Chamber
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of an Electromagnetic Interference (EMI) Shielded Chamber, along with optional components such as a shielded ante-room and fire-retardant RF absorbers. The primary objective is to enhance electromagnetic compatibility (EMC) and EMI testing capabilities, requiring a chamber with specific dimensions and features, including low-EMI LED lighting and multiple shielded doors, all compliant with safety regulations. This procurement is crucial for advancing military testing environments and ensuring compliance with military standards, with proposals due by May 5, 2025, and an anticipated award date of June 1, 2025. Interested parties should contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at 540-613-3296 for further details.
SDA Battle Management Mission Applications (Program BAA)
Buyer not available
The U.S. Space Development Agency (SDA) is issuing a Broad Agency Announcement (BAA) to procure innovative software applications to enhance situational awareness and decision-making capabilities for military space operations. The focus is on developing containerized applications for the Battle Management Command, Control, and Communications (BMC3) module of the Proliferated Warfighter Space Architecture (PWSA) system in Low Earth Orbit. The solicitation seeks cutting-edge solutions from vendors for several key areas, including BMC3 management, power and resource optimization, and cybersecurity, with an emphasis on near-real-time performance and proactive measures. Vendors are invited to submit White Papers for initial review, leading to potential invitations for full proposals. The agency prioritizes rapid deployment, encouraging bidders to propose schedules accordingly. Important deadlines include the submission of White Papers by June 19th, 2024, and Proposals by May 19th, 2025. The SDA reserves the right to issue amendments and extend deadlines, with selections made based on technical merit, mission relevance, and available funding. Contact ussf.pentagon.sda.mbx.FA240124S0002@mail.mil for more information.
Request for Solutions: Prototyping Research and Operations for Tactical Electromagnetic Warfare and Advanced Networking (PROTEAN)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command, is issuing a Request for Solutions (RFS) for the Prototyping Research and Operations for Tactical Electromagnetic Warfare and Advanced Networking (PROTEAN) project. This initiative aims to address the current lack of a demonstrated electromagnetic warfare (EW) and seeker payload framework, which hinders the technical evaluation and integration of various EW solutions onto unmanned platforms. The project is part of the Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS) consortium, and interested vendors must be members of this consortium to participate. Responses to this opportunity are due by April 30, 2025, and inquiries can be directed to Judy Blanton at judith.a.blanton3.civ@us.navy.mil or by phone at 812-381-7156.
PATRIOT Engineering Services (ESM) 2027 - 2032
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking interested contractors to provide engineering services for the PATRIOT Weapon System Program from February 1, 2027, to January 31, 2032. The procurement aims to support a range of engineering activities, including program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing, essential for the modernization and integration of the PATRIOT system. Interested firms must demonstrate their expertise and experience in these areas and submit their qualifications to the Contract Specialist, Adam Sheir, at adam.d.sheir@dla.mil by 4:00 p.m. on May 7, 2025. This opportunity is a sources-sought announcement for planning purposes and does not constitute a solicitation.
Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support
Buyer not available
The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Synergetic Information Systems, Inc. for the provision of application services and ancillary support within the Defense Information Systems Network (DISN) Mission Support Office (MSO). This contract aims to ensure continuity of mission-critical services for various IT projects associated with the Department of Defense (DoD), particularly during a period of transition following a protest related to existing transport services. The operational period for the proposed contract is set from February 3, 2024, to May 2, 2025, and interested companies may express their capabilities within 15 days of this notice; however, a competitive solicitation will not be issued due to the sole-source nature of the requirement. For further inquiries, interested parties can contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or Jason Day at jason.j.day.civ@mail.mil.
PROVIDE, INSTALL, AND MAINTAIN A 2.5GB WAVE SERVICE BETWEEN BLDG 168, ROOM 141, 168 IZZEA STREET, OTIS ANGB, MA AND BLDG 1646A, FRAME ROOM, 81 GRENIER STREET, HANSCOM AFB, MA.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 2.5GB wavelength service between two military locations in Massachusetts. The procurement aims to enhance telecommunications infrastructure critical for military operations, requiring compliance with specific technical standards and operational redundancy to ensure reliability. Contractors must submit detailed proposals that include installation methods and adherence to Federal Acquisition Regulation (FAR) clauses, with a deadline for quotes set for May 12, 2025, and a service commencement date expected by September 6, 2025. For further inquiries, interested parties may contact Jennifer Voss or Kristina Hoff via email.
PROVIDE, INSTALL, AND MAINTAIN A NEW 10GB WAVE LEASED ACCESS CIRCUIT BETWEEN BLDG 33 DCO ROOM, 1ST FLOOR, 652 RONALD REAGAN BLVD, POINT MUGU NAWC, CA 93042 (PT MUGU/CCI) AND BLDG 7494, ROOM 113, 1ST FLOOR, 7494 MIRAMAR WAY, MCAS, SAN DIEGO, CA 92145
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a new 10GB wave leased access circuit between two military facilities in California, specifically from Point Mugu to MCAS San Diego. Contractors are required to submit detailed proposals that address technical compliance, installation processes, and rigorous testing protocols, ensuring the circuit meets a service date of May 15, 2025, while adhering to federal telecommunications standards. This procurement is critical for enhancing the telecommunications capabilities of military operations, ensuring reliable and effective communication networks. Interested vendors must coordinate site visits and comply with all outlined requirements, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, contact Jennifer Voss at jennifer.n.voss.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
Request for Solutions (RFS): Soldier Borne Mission Command (SBMC) Other Transaction (OT) Opportunity
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking innovative solutions for the Soldier Borne Mission Command (SBMC) initiative, aimed at developing a fused digital awareness system for dismounted operations at the Company level and below. This opportunity invites vendors to participate in a rapid prototyping project that emphasizes compatibility with existing Army technologies, particularly the Android Tactical Assault Kit (ATAK), and requires prototypes to be delivered within seven months of award. The procurement process will utilize Other Transaction Authority (OTA) and is open to Non-Traditional Defense Contractors (NTDCs) and small businesses, with a focus on collaboration and innovation in technical proposals. Interested vendors must submit white papers by 5:00 PM ET on May 12, 2025, and can direct inquiries to Eric Roberts or Michael Kelly via email for further information.
Approved Products Certification (APCO) and Transport Services (IE) support services
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), intends to negotiate a sole-source contract with enGenius Consulting Group, Inc. for Approved Products Certification (APCO) and Transport Services (IE) support services. This procurement aims to ensure the continuity of mission-critical services that oversee the approval of communication equipment for the Department of Defense Information Network (DODIN), enhancing interoperability and cybersecurity certification processes. The contract is particularly significant as it supports the DoD's acquisition of communication equipment and includes maintaining the DODIN Approved Product List (APL) and its Integrated Tracking System. The contract period is set from February 3, 2024, to May 2, 2025, and interested parties must submit their capability statements within 15 days of this notice. For further inquiries, contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or call 618-418-6198.