Tactical Radio Application Extension (TRAX) Joint All Domain Command and Control (JADC2) Software, Systems, and Services
ID: 47QFLA20D0022Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA FAS AAS REGION 4ATLANTA, GA, 30308, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The General Services Administration (GSA) is seeking to extend the current sole-source contract with Sierra Nevada Corporation (SNC) for the Tactical Radio Application eXtension (TRAX) software and services, on behalf of the U.S. Special Operations Command (USSOCOM). This contract extension aims to provide critical support services, including software upgrades and engineering services, for an additional five years while increasing the contract ceiling by approximately $500 million to ensure continuity of operations. The TRAX system is essential for addressing data-link software deficiencies and enhancing interoperability among joint military forces. Interested vendors capable of providing similar products are encouraged to respond by May 1, 2025, to inform the acquisition strategy, with inquiries directed to Stephen C. Gibson at stephen.gibson@gsa.gov or by phone at 404-215-6790.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is issuing a Synopsis and Sources Sought Notice for the U.S. Special Operations Command (USSOCOM) regarding a proposed extension of the sole-source contract with Sierra Nevada Corporation (SNC) for Tactical Radio Application eXtension (TRAX) software and services. The contract extension would last an additional five years and potentially increase the ceiling amount by $500 million. The purpose of this notice is to gather vendor insights and assess market capabilities that may impact the need for a sole-source procurement strategy. Responses to this notice are encouraged from vendors capable of providing similar products, specifically addressing the PWS requirements outlined, which include software upgrades, support services, field service support, engineering services, and TRAX-enabled platforms. The document highlights the necessity of TRAX to address data-link software deficiencies reported by military forces, aiming to enhance interoperability among joint forces. Contractor personnel will require appropriate security clearances to work in USSOCOM facilities. The government plans to collect responses by May 1, 2025, to inform future acquisition strategy, emphasizing that participation in this notice does not imply a procurement commitment from the government.
    Similar Opportunities
    LSJ for 67th COG Services
    General Services Administration
    The General Services Administration (GSA) is executing a Limited Source Justification for the 67th Cyber Operations Group of the U.S. Air Force, necessitating urgent cyber operations training and support services. This procurement is aimed at maintaining continuity of critical national security services while a protest regarding a previously awarded contract is resolved. The incumbent contractor, Macaulay-Brown Inc., is uniquely qualified to fulfill this requirement due to their existing top-secret clearances and specialized expertise, with a contract value of up to $2,000,000 for a 30-day base period and an optional 30-day extension. For further inquiries, interested parties may contact David Kilbourne at david.kilbourne@gsa.gov.
    TACLANE-FLEX Customizable Encryption Platform
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    IT Research and Advisory Subscription Services
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the procurement of Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. The JTT-X is a Software Defined Radio (SDR) that includes an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an anticipated contract covering the production of 455 units over a base year and four option years. This procurement is critical for enhancing airborne radio navigation capabilities and will proceed as a full and open competition, with a formal solicitation expected to be released in the second quarter of Fiscal Year 2026. Interested parties must ensure their assembly facilities have current COMSEC clearance and submit a Technical Library Access Request to obtain necessary specifications, with contact inquiries directed to Ryan Lysaght or Jessica Myers via their provided emails.
    Analysis of Mobility Platfrom IDIQ Extension and Ceiling Increase
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking to extend and increase the ceiling of the Analysis of Mobility Platform (AMP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, HTC71118DD001, originally awarded to Raytheon BBN Technologies. This modification is necessary to continue the provision of highly specialized IT and telecom business application development support services, which are critical for USTRANSCOM's operations. The government has determined that these services are uniquely available from the original contractor, and any transition to a new source would lead to unacceptable delays in fulfilling the requirements. Interested parties can reach out to Lisa A. Kraft at lisa.a.kraft.civ@mail.mil or call 618-817-9445 for further information regarding this sole source justification.