CUMULOCITY SOFTWARE, INTEGRATION, AND SUPPORT
ID: W519TC25P2230Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - IT MANAGEMENT TOOLS/PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7F20)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island (ACC-RI), is seeking a sole-source contract for Cumulocity software, integration, and support services from FGR Automation, LLC. This procurement is essential for maintaining the functionality of existing manufacturing devices at the Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC), which rely on this specific software. The contract, which will be firm-fixed price and funded through Army Working Capital funds, is justified due to the lack of effective market competition and the unique requirements of the Cumulocity software, making FGR Automation the only viable source. Interested parties can reach out to Lynn Baker at lynn.d.baker8.civ@army.mil for further information.

Point(s) of Contact
Files
Title
Posted
The document outlines a justification and approval for a contract needed by the U.S. Army Contracting Command – Rock Island (ACC-RI) for Cumulocity software maintenance and support. The Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC) requires this contract with FGR Automation, LLC, the authorized regional reseller in Illinois, because their existing manufacturing devices depend on this specific software. The contract will be firm-fixed price and is to be funded through Army Working Capital funds. Due to the unique requirements for the Cumulocity software, no effective market competition was found. Limited sources were identified, and previous requests for quotes yielded no responses from other contractors. The Army expects efficiency from FGR due to their familiarity with the product. The procurement is deemed necessary to avoid additional, costly expenses associated with seeking alternatives and to leverage existing investments in Cumulocity. The document emphasizes that the lack of competing vendors justifies the use of a restricted procurement process according to federal acquisition regulations. Efforts to stimulate competition were unsuccessful, leading to FGR being the sole recommended source for this service.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Maintenance and Support for Rockwell Automation and Allen Bradley software programs
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Rock Island, is seeking to procure maintenance and support services for Rockwell Automation and Allen Bradley software programs at the Tooele Army Depot in Utah. The contract will provide annual renewal of these services, which are critical for the operational support of the Joint Munitions Command. The procurement is intended for a four-year period, consisting of a 12-month base period and two optional 12-month extensions, with the base period running from April 18, 2025, to April 17, 2026. Interested parties, particularly Sonepar Mountain Holdings, LLC, must submit a Firm-Fixed Price Quote along with required documentation by the specified deadlines, and inquiries can be directed to Brianne Johnson or Megan Frost via the provided contact information.
ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025. This initiative aims to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various procurement needs including construction, support services, and specialized equipment. Key projects include a $100M - $110M Post-Wide Minor Construction Recompete, a $12M - $15M Forestry Management Support Services contract, and a $5.5M contract for the DEWESOFT Sirus Data Acquisition System, among others. Interested vendors are encouraged to direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly. All procurement opportunities are subject to change, and no formal proposals should be submitted at this stage.
ACC APG Installation & Technology Division Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025, aimed primarily at small businesses. The initiative seeks to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various contracting opportunities including maintenance and repair services, minor construction, environmental management, and software acquisitions. Notable projects include a $100 million contract for post-wide minor construction and several contracts for commercial-off-the-shelf software solutions, with values ranging from $75,000 to over $3 million. Interested vendors are encouraged to direct their questions to Ms. Yadira Colon at yadirai.colon.civ@army.mil, with updates and additional information to be posted regularly, although all procurements are subject to change or cancellation at any time.
Various Cranes at Rock Island Arsenal
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement and installation of various cranes at the Rock Island Arsenal Joint Manufacturing Technology Center in Illinois. The project specifically requires contractors to provide new Free-Standing, Top Running Single Girder Bridge Cranes, adhering to strict design and safety standards, including a lifting capacity of 4,000 lbs and compliance with industry regulations. This procurement is crucial for enhancing operational efficiency and safety within federal facilities, reflecting the government's commitment to maintaining high operational standards. Interested contractors must attend a mandatory site visit on April 2, 2025, at 10:00 AM Central Time, and can direct inquiries to John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of August 2024
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of August 2024. These opportunities encompass a range of requirements focused on Research, Development, Test & Evaluation (RDT&E) in areas such as Electronic Warfare, Cyber capabilities, and advanced technology integration, aimed at enhancing military operational readiness and effectiveness. The initiatives are critical for advancing the U.S. Army's capabilities in increasingly complex combat environments, with contract values ranging from under $25 million to over $500 million, and various opportunities available for both competitive and sole-source acquisitions. Interested parties can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
Buyer not available
The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry partners for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives, with a focus on enhancing military capabilities through innovative technologies. The procurement encompasses a range of projects aimed at advancing electronic warfare, cyber capabilities, and systems integration, with contract types primarily being Cost Plus Fixed Fee (CPFF) and estimated values ranging from under $25 million to over $500 million. These contracts are crucial for modernizing the Army's operational effectiveness and addressing evolving defense needs, with ongoing solicitations encouraging participation from both small and large businesses. Interested contractors can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming opportunities.
ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.
NG SEW Hardware Components
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of hardware components essential for the Next Generation Shop Equipment Welding (NG SEW) system at the Joint Manufacturing Technology Center in Rock Island, Illinois. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement lasting five years, requires contractors to supply a detailed list of commercial hardware components, implement stringent quality control measures, and ensure compliance with safety and performance standards. This procurement is critical for enhancing the Army's welding and cutting capabilities, ensuring operational readiness and safety in military applications. Interested small businesses must register in the System for Award Management (SAM) and submit their proposals electronically, adhering to the specified pricing formats and deadlines. For further inquiries, contact Heather Petersen at heather.j.petersen.civ@army.mil.
ACC-APG Competitive Opportunities: Division C
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing industry stakeholders with updates on upcoming acquisition opportunities under the ACC-APG Competitive Opportunities: Division C. The focus of these opportunities includes Systems Engineering and Technical Assistance (SETA) for various U.S. Army programs, particularly in areas such as aerostat capability, advanced radar systems, and navigation technologies, with contract values ranging from $20 million to $4 billion. These contracts are crucial for enhancing military operational capabilities and supporting modernization efforts, emphasizing the need for innovative technological solutions and collaboration with industry partners. Interested parties are encouraged to direct their inquiries to Kellie N. Lamar-Reevey at kellie.n.lamar-reevey.civ@army.mil, with updates posted quarterly and all procurements subject to change or cancellation.